Start your 7-day free trial — unlock full access instantly.
← Back to Search24 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
85
Rating
Risk Rank
Yellow Risk
AI-Powered Lead Insights
Executive Summary
The Borough of Florham Park has a record of expired bids and active RFPs for various municipal projects. These include public works and infrastructure projects such as liquid sludge hauling, sewer and road rehabilitation, sidewalk construction, water storage tank rehabilitation, and sewer replacements. Additionally, bids have been solicited for goods and services, such as chemical supply and cleaning services. Submission requirements typically involve sealed bids with specific markings, bid bonds, and compliance with New Jersey regulations, including the Prevailing Wage Act and affirmative action guidelines.
Web Content
Borough of Florham Park New Jersey - Expired Bids Departments Government Forms Residents How Do I? Code Chief Financial Officer (CFO) & Tax Collector Patrice Visco Work: 973-410-5318 pvisco@florhamparknj.gov Treasurer Yolanda Dykes Work: 973-410-5314 ydykes@florhamparknj.gov Purchasing Marissa Biundo Work: 973-410-5315 mbiundo@florhamparknj.gov Finance and Purchasing Budget and Financials Expired Bids Professional Service Agreements General Information Staff Directory Phone Numbers 973-520-1980 Emergencies: Dial 911 Location 111 Ridgedale Avenue Florham Park, NJ 07932 Get Directions Expired Bids Home > Groups > Finance and Purchasing > Expired Bids 2025 Bid Openings Opening was held on Tuesday, March 4th, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-01-Notice to Bidders for Liquid Sludge Opening was held on Tuesday, April 8th, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-02 Notice to Bidders for Vehicle Storage Building Opening was held on Tuesday, May 6th, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-03 Notice to Bidders for Sidewalk Project Opening was held on Tuesday, June 3rd, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-05 Notice to Bidders for Pump Control Valve - Well #4 Opening was held on Thursday, June 5th, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-06 Notice to Bidders for Chemical Supply FP 25-06 Chemical Bid Package Bid opening on Tuesday, September 23, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-07 - Fernwood Road Resurfacing and Safety Improvement Project Opening was held on Thursday, June 26th, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-08 Beacon Hill Waterspheroid Water Storage Tank Rehabilitation Opening was held on Tuesday, August 5, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-09 Mann Ave Sewer Replacement Bid opening on Tuesday, August 26, 2025 at 10:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-10 - Carrigan Lane Sewer Opening was held on Wednesday, December 10, 2025 at 11:00AM at 111 Ridgedale Avenue, Florham Park, NJ 07932 FP 25-11 Cleaning Bid Addendum to Cleaning Bid-12-4-25 Request for Proposals due December 18, 2025 2026-RFP for Municipal Affordable Housing Administrator 2024 Bid Openings FP#24-05 - Delaware Road, Minnisink Road, Honeymoon Lane & Arrowhead Road Sanitary Sewer Extension Project Notice to Bidders - Delaware Sewer Extension Bid Results for Contract #FP24-05 FP #24-03 - 2024 Chemical Bid Notice to Bidders-Chemicals.docx 24-03Chemical Bid.pdf FP #24-01 - Bar Screen Improvements Results from Bid Opening held on May 7, 2024 2024 Bid Results for Bar Screen Improvements #FP24-06: Delaware Road, Minnisink Road, Honeymoon Lane & Arrowhead Road Roadway Improvements Project NJDOT FY 2023 Municipal Aid NOTICE TO BIDDERS Bid Results #FP24-08: Florham Park Water Pollution Control Facility Vehicle Storage Building NOTICE TO BIDDERS - Sewer Storage Building 2023 Bid Openings FP#23-01 – Beechwood/Elmwood Sewer Rehabilitation Project: FP23-01-Beechwood-Elmwood-Rehabilitation-Project FP#23-02- Sewer Generator: FP-23-02-Sewer-Utility-Generator FP# 23-03- Road & Sidewalk Improvements: FP-23-03-Road-Sidewalk-Improvements-Dellwood-Woodbine-Puddingstone-Rustic FP#23-04 – Liquid Sludge Hauling: FP-23-04-Liquid-Sludge-Hauling-Bid-Results FP#23-05 – Little Red Schoolhouse FP-23-05-Little-Red-Schoolhouse-Interior-Rehabilitation FP#23-06 – Cleaning Bid – FP-23-06-Cleaning-Bid Notice of Intent to Award Contract under National Cooperative Purchasing Agreement Notice-of-Intent-Sourcewell-Sewer-Jet-Truck Borough of Florham Park New Jersey Contact Us 111 Ridgedale Ave, Florham Park, NJ 07932 (973) 410-5300 Monday through Friday 9:00 a.m. to 4:30 p.m. Social Media Facebook Instagram Quick Links Budget Building Permits Dog Licenses Election & Voter Registration Trash & Recycling Site Links Home Online Payments Police Website By EvoGov .
Document Text
--- Document: FP 25-01-Notice to Bidders for Liquid Sludge ---
1
NOTICE TO BIDDERS
Notice is hereby given that Sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Tuesday, March 4, 2025 at 10AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, 111 Ridgedale Avenue, Florham Park, NJ 07932 at which time
and place bids will be opened and read in public for:
LIQUID SLUDGE HAULING FOR FLORHAM PARK SEWER UTILITY
FOR 2025 & 2026
CONTRACT # FP25-01
The project generally consists of hauling liquid sewage sludge from the Borough’s Sewer
Utility Plant located at 31 Vreeland Road, Florham Park, NJ to the Passaic Valley Sewerage
Commission Plant at 600 Wilson Avenue, Newark, NJ 07105. All transportation of liquid
sewage sludge shall be conducted in accordance with all applicable federal, state, and local
laws.
Bid packages may be picked up or inspected by electronic request to Suzanne Herold at
sherold@fpboro.net.
The Bid will be based upon the LOWEST UNIT PRICE per GALLON for varying quantities of
liquid sewage sludge produced by the Florham Park Sewer Utility Plant. The weekly volume
for transport will vary. The transporting vehicle must be equipped with a vacuum pump for
withdrawal of liquid sludge, and an access port on top of the transporting vehicle for
inspection to insure a full load is being transported. The weekly hauling schedule shall be
approved by the Sewer Plant Manager. The transporting vehicle must be sized in multiples
of 500 gallons (ie. 5,000, 5,500, 6,000, etc.). The transporter shall be responsible to keep
the liquid sludge withdrawal area clean and safe.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidder shall provide a copy of their NJDEP Solid Waste Transporters Registry Number with
each bid.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended)(N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
2
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c)(1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the Florham Park Water Pollution Control
Facility (Sewage Treatment Plant) at 31 Vreeland Road, Florham Park, NJ to examine all
3
facilities that are to be used in connection with the performance of the proposed services.
The Plant is open for visitors from 7:00 AM to 3:00PM weekdays.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
Director of Water and Sewer Utilities
--- Document: FP 25-02 Notice to Bidders for Vehicle Storage Building ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the
Borough of Florham Park on Tuesday, April 8, 2025 at 10AM local prevailing time
at the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham
Park, NJ 07932 at which time and place bids will be opened and read in public for:
FLORHAM PARK WATER POLLUTION CONTROL FACILITY
VEHICLE STORAGE BUILDING
CONTRACT # FP25-02
The project generally consists of constructing a site and constructing a
turnkey 3,000 SF Pre-Engineered Prefabricated Steel Vehicle Storage Building
for the Borough of Florham Park’s Sewer Utility in accordance with the Site
Plan from Colliers Engineering & Design dated 5/31/2024, the Storage
Building Roof and Floor Plan from the Borough of Florham Park dated
9/1/2024, and the MEP Plans from Joinson Engineering, LLC dated 1/20/2025.
The Vehicle Storage Building will be located at 31 and 35 Vreeland Road
(Block 301, Lots #15 and #16) at the Borough’s Water Pollution Control
Facility.
Bid packages may be picked up or inspected by electronic request to at
sherold@fpboro.net. Plans and Specifications hardcopies may be purchased for $50
using exact cash amount or bank check made out to the Borough of Florham Park,
and picked up or viewed at the Florham Park Water Pollution Control Facility located
at 31 Vreeland Road, Florham Park between the hours of 7AM to 3PM weekdays.
Electronic copies of the Plans and Specifications on a USB memory stick may be
purchased for $10 using exact cash amount or bank check made out to the Borough
of Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the
Schedule of Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract
and Contract number; and shall contain the name and address of the Bidder on the
envelope. The sealed Bid must be addressed to the Borough Clerk of Florham Park
at the Borough Hall address above.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.)
and that award will not be made to any bidder whom the Commissioner of Labor
and Industry does not certify.
Bids shall be submitted on the forms provided, in the manner designated therein
and required by the Specifications. They must be accompanied by a certified
check, cashier’s check, or bid bond on the form provided of not less than 10% of
the amount of bid (based on a 1 year quantity shown on Bid Proposal Form). Said
check or bid bond may not be less than $500 nor shall it be more than $20,000 and
must be accompanied by a Consent of Surety statement in the form provided from
a Surety Company stating that the Surety Company will provide the bidder with a
bond for 100% of the Contract amount in the event that the Contract is awarded to
the bidder. A Non-Collusion Affidavit and a Record of Recent Contract Awards must
also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with
N.J.S.A. 40A:11-23(c) (1). All interested bidders should check the website from now
through bid opening. It is the sole responsibility of the respondent to be
knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27
et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR
MAY BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS
SHALL BE SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND
SPECIFICATION BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by
the New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127.
Bidders are further required to comply with the requirements of N.J.S.A. 10:5-31 et
seq. and N.J.A.C. 17:27 for an affirmative action program for equal employment
opportunity. If awarded a contract, your company/firm will be required to comply
with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C.
17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public
Contracts Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the
requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law.
Bidders must submit a statement in accordance with N.J.S.A. 52:25-24.2 of all
owners of the corporation setting forth the names and addresses of all the
stockholders in the corporation or members of the partnership who own ten percent
(10%) or more of its stock, or have a ten percent (10%) or greater interest in the
case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract
will be awarded to the lowest responsible bidder, or all proposals will be rejected
within sixty (60) days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons.
The prices bid for various items of work shall not be adjusted due to the deletion of
any work and due to the variation of any quantity for the various items scheduled
in the Proposal.
Proposals for this contract will be accepted only from bidders who have been
properly qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to
reject any or all bids, to reject unbalanced bids, to waive any informality therein in
any bid, and to accept any bid that will be in the best interest of the Borough of
Florham Park according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
Director of Water & Sewer
--- Document: FP 25-03 Notice to Bidders for Sidewalk Project ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the
Borough of Florham Park on Tuesday, May 6, 2025 at 10AM local prevailing time
at the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham
Park, NJ 07932 at which time and place bids will be opened and read in public for:
AFTON SIDEWALK & BOROUGH CROSSWALK PROJECT
BOROUGH OF FLORHAM PARK, MORRIS COUNTY, NJ
CONTRACT # FP25-03
The project generally consists of construction of sidewalk from the southeast corner
of Ridgedale Avenue/Afton Drive intersection, along the south side of Afton Drive to
its intersection with Orchard Road. In addition, the project consists of the installation
and replacement of new/existing ADA ramps and crosswalks at various locations
within the Borough of Florham Park as indicated within the attached construction
plans. Construction will consist of excavation, tree removal, granite block and
concrete curb installation, driveway repairs at aprons and adjacent to sidewalks,
dense graded aggregate base course installation under sidewalks, traffic striping and
markings for crosswalks, and other incidental work all within the Borough of Florham
Park in accordance with the form of proposal, contract, construction drawings, and
specifications prepared by the Borough’s Engineering Department. The NJDOT 2019
Standard Specifications for Road and Bridge Construction, and as amended herein,
shall govern the construction of this project.
Bid packages may be picked up or inspected by electronic request to
lamato@fpboro.net. Plans and Specifications hardcopies may be purchased for $50
using exact cash amount or bank check made out to the Borough of Florham Park,
and picked up or viewed at the Florham Park Tax Assessors offices located at Borough
Hall, 111 Ridgedale Avenue, Florham Park between the hours of 9AM to 4PM
weekdays. Electronic copies of the Plans and Specifications on a USB memory stick
may be purchased for $10 using exact cash amount or bank check made out to the
Borough of Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the
Schedule of Prices.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
Bids must be sealed in an envelope and plainly marked with the name of the Contract
and Contract number; and shall contain the name and address of the Bidder on the
envelope. The sealed Bid must be addressed to the Borough Clerk of Florham Park
at the Borough Hall address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.)
and that award will not be made to any bidder whom the Commissioner of Labor
and Industry does not certify.
Bids shall be submitted on the forms provided, in the manner designated therein
and required by the Specifications. They must be accompanied by a certified
check, cashier’s check, or bid bond on the form provided of not less than 10% of
the amount of bid (based on a 1 year quantity shown on Bid Proposal Form). Said
check or bid bond may not be less than $500 nor shall it be more than $20,000 and
must be accompanied by a Consent of Surety statement in the form provided from
a Surety Company stating that the Surety Company will provide the bidder with a
bond for 100% of the Contract amount in the event that the Contract is awarded to
the bidder. A Non-Collusion Affidavit and a Record of Recent Contract Awards must
also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with
N.J.S.A. 40A:11-23(c) (1). All interested bidders should check the website from now
through bid opening. It is the sole responsibility of the respondent to be
knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27
et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR
MAY BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS
SHALL BE SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND
SPECIFICATION BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by
the New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127.
Bidders are further required to comply with the requirements of N.J.S.A. 10:5-31 et
seq. and N.J.A.C. 17:27 for an affirmative action program for equal employment
opportunity. If awarded a contract, your company/firm will be required to comply
with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C.
17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public
Contracts Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the
requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law.
Bidders must submit a statement in accordance with N.J.S.A. 52:25-24.2 of all
owners of the corporation setting forth the names and addresses of all the
stockholders in the corporation or members of the partnership who own ten percent
(10%) or more of its stock, or have a ten percent (10%) or greater interest in the
case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract
will be awarded to the lowest responsible bidder, or all proposals will be rejected
within sixty (60) days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons.
The prices bid for various items of work shall not be adjusted due to the deletion of
any work and due to the variation of any quantity for the various items scheduled
in the Proposal.
Proposals for this contract will be accepted only from bidders who have been
properly qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to
reject any or all bids, to reject unbalanced bids, to waive any informality therein in
any bid, and to accept any bid that will be in the best interest of the Borough of
Florham Park according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
Director of Water & Sewer
--- Document: FP 25-05 Notice to Bidders for Pump Control Valve - Well #4 ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Tuesday, June 3, 2025 at 10AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which
time and place bids will be opened and read in public for:
FLORHAM PARK WATER DEPARTMENT
REPLACEMENT OF PUMP CONTROL VALVE- WELL #4
CONTRACT # FP25-05
The project generally consists of removing an existing Pump Control Valve (Ross Valve) and
gate valve assembly and provide all labor, materials, and equipment necessary to furnish,
deliver, test, and guarantee replacement valves and valve appurtenances as specified herein.
The Contractor shall also furnish accessories for valves which are not ordinarily included with
the valve, such as valve boxes, flange gaskets and hardware, extension stems, etc. The
valves shall be Cla-Val 660-32 Combination Pump Control and Back Pressure Valves or
approved equal. It is anticipated that the work will be performed during one (1) weekday
night.
The Supplier shall test pump control and backpressure valves and pressure sustaining valves,
complete and including handwheels, wrenches, actuators, and all other operating
appurtenances specified. The Supplier shall coordinate with the installation contractor in
order to observe all testing and inspections of valves furnished.
The controls furnished with all valves having electrical interface, including solenoid controlled
valves and motor operated valves, shall be coordinated with the existing electrical and
instrumentation at Well No. 4 and the Borough’s SCADA system. The Supplier shall be
responsible for attending service representative site visits.
Bid packages may be picked up or inspected by electronic request to at sherold@fpboro.net.
Specifications hardcopies may be purchased for $50 using exact cash amount or bank check
made out to the Borough of Florham Park, and picked up or viewed at the Florham Park
Water Pollution Control Facility located at 31 Vreeland Road, Florham Park between the hours
of 7AM to 3PM weekdays. Electronic copies of the Specifications on a USB memory stick may
be purchased for $10 using exact cash amount or bank check made out to the Borough of
Florham Park. Site visits may be arranged with sherold@fpboro.net.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the Schedule of
Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be less
than $500 nor shall it be more than $20,000 and must be accompanied by a Consent of
Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the event
that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record of
Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the New
Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements of
N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of the
partnership who own ten percent (10%) or more of its stock, or have a ten percent (10%)
or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park according
to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
Director of Water & Sewer
--- Document: FP 25-06 Notice to Bidders for Chemical Supply ---
1
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
CHEMICAL SUPPLY BID
(15% Sodium Hypochlorite & 38% Sodium Bisulfite)
FOR June 16, 2025- June 15, 2026
CONTRACT # FP25-06
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Thursday, June 5, 2025 at 10AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which
time and place bids will be opened and read in public for:
Bid packages may be picked up or inspected by electronic request to Suzanne Herold at
sherold@fpboro.net.
The Bid will be based upon the LOWEST UNIT PRICE per GALLON for varying quantities of
chemicals.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1-year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
2
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the Borough of Florham Park’s Sewer Utility at
31 Vreeland Road, Florham Park, NJ to examine all facilities that are to be used in
connection with the performance of the proposed services. To arrange a visit please
contact Suzanne Herold at 973-377-1330. The Plant is open for visitors from 7:00 AM to
3:00PM weekdays.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Director of Water and Sewer
Borough Engineer
--- Document: FP 25-06 Chemical Bid Package ---
1
CHEMICAL SUPPLY BID
(15% Sodium Hypochlorite & 38% Sodium Bisulfite)
FOR June 16, 2025- June 15, 2026
CONTRACT # FP25-06
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Thursday, June 5, 2025 at 10AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which
time and place bids will be opened and read in public for:
Bid packages may be picked up or inspected by electronic request to Suzanne Herold at
sherold@fpboro.net.
The Bid will be based upon the LOWEST UNIT PRICE per GALLON for varying quantities of
chemicals.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1-year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
2
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the Borough of Florham Park’s Sewer Utility at
31 Vreeland Road, Florham Park, NJ to examine all facilities that are to be used in
connection with the performance of the proposed services. To arrange a visit, please
contact Suzanne Herold at 973-377-1330. The Plant is open for visitors from 7:00 AM to
2:00PM weekdays.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Director of Water and Sewer
3
BOROUGH OF FLORHAM PARK
GENERAL INSTRUCTIONS
1.
SUBMISSION OF BIDS
A. Sealed bids shall be received in accordance with public advertisement as required by law,
a copy of said notice being attached hereto and made a part of these specifications.
B. Each bid shall be submitted on the proposal form attached, in a sealed envelope
(1) Addressed to the Borough Clerk
(2) Bearing the name and address of the bidder on the outside
(3) Clearly marked “BID” with the name of the item(s) being bid. Provide One (1) Original
& One (1) copy of the bid. Faxed or emailed bids will NOT be accepted.
(4) We are storing all responses electronically, therefore submit all pages of the response
on a CD or USB flash drive in addition to the printed copies. Bidders name to be
identified on either the CD or USB flash drive being submitted.
C. It is the bidder’s responsibility to see that bids are presented to the Borough Clerk on the
hour and at the place designated. Bids may be hand delivered or mailed; however, the
Borough disclaims any responsibility for bids forwarded by regular or express mail. If the
bid is sent by express mail, the designation in B. above must also appear on the
outside of the express company envelope. Bids received after the designated time and
date will be returned unopened.
D. The Borough reserves the right to postpone the date for presentation and opening of bids
and will give written notice of any such postponement to each perspective bidder as
required by law.
E. Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn
upon written application of the bidder who shall be required to produce evidence showing
that the individual is or represents the principal or principals involved in the bid. Once bids
have been opened, they shall remain firm for a period of sixty (60) calendar days.
F. Each bid proposal form must give the full business address, business phone, fax, e-mail,
the contact person of the bidder, and be signed by an authorized representative as follows:
• Bids by partnerships must be signed in the partnership name by one of the members
of the partnership or by an authorized representative followed by the signature and
designation of the person signing.
• Bids by corporations must be signed in the legal name of the corporation, followed
by the name of the State in which incorporated and must contain the signature and
designation of the president, secretary or other person authorized to bind the
corporation in the matter.
• Bids by sole-proprietorship shall be signed by the proprietor.
• When requested, satisfactory evidence of the authority of the officer signing shall be
furnished.
G. Multiple Bids Not Accepted
More than one bid from an individual, a firm or partnership, a corporation or association
under the same or different names shall not be considered.
H. Official Request for Bid packages are available from the Borough of Florham Park’s Sewer
and Water Utilities located at 31 Vreeland Road, Florham Park at no cost to the prospective
bidders. All addenda are posted on the Borough’s website and issued in accordance with
N.J.S.A. 40A:11-23(c) (1). Potential bidders are cautioned that they are bidding at their
own risk if a third party supplied the specifications that may or may not be complete. The
Borough of Florham Park is not responsible for third party supplied specifications.
4
I. Results of all bids are posted on the Borough’s website.
2.
BID SECURITY
The following provisions, if indicated by an (x), shall be applicable to this bid and be
made a part of the bidding documents:
A.
BID GUARANTEE
Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount
of ten percent (10%) of the total price bid (based on a one-year quantity on the Bid Proposal
Form), but not in excess of $20,000, payable unconditionally to the Borough.
When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond
from a surety company authorized to do business in the State of New Jersey and acceptable
to the Borough.
The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law.
The check or bond of the bidder to whom the contract is awarded shall be retained until a
contract is executed and the required performance bond or other security is submitted.
The check or bond of the successful bidder shall be forfeited if bidder fails to enter into
contract pursuant to statute. Failure to submit required guarantee shall be cause for
rejection of the bid.
B.
BIDDER’S AFFIDAVIT
Bidder shall submit authorization to execute bid and deem it as a true offer of the Bidder.
C.
CONSENT OF SURETY
Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for
full amount of bid price from a Surety Company authorized to do business in the State of
New Jersey and acceptable to the Borough stating that it will provide said bidder to whom
the contract is awarded will furnish Performance and Payment Bonds from an acceptable
surety company on behalf of said bidder, in performance security equal to the total amount
of the contract, pursuant to statute.
Failure to submit this shall be cause for rejection of the bid.
D.
PERFORMANCE BOND
Successful bidder shall simultaneously with the delivery of the executed contract, submit
an executed bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract.
The performance bond provided shall not be released until final acceptance of the whole
work and then only if any liens or claims have been satisfied. The surety on such bond or
bonds shall be a duly authorized surety company authorized to do business in the State of
New Jersey pursuant to N.J.S.A. 17:31-5. For multi-year contracts, the Performance Bond
may be resubmitted each year on the Contract Anniversary Date for the amount remaining
on the contract.
Failure to submit this with the executed contract shall be cause for declaring contract null
and void pursuant to N.J.S.A. 40A:11-22.
D.
LABOR AND MATERIAL (PAYMENT) BOND
The successful bidder shall with the delivery for the performance bond submit an executed
payment bond to guarantee payment to laborers and suppliers for the labor and material
used in the work performed under the contract.
Failure to submit a labor and material bond with the performance bond shall be cause for
declaring the contract null and void.
5
E.
MAINTENANCE BOND
Upon acceptance of the work by the Borough, the contractor shall submit a maintenance
bond (N.J.S.A. 40A:1-16.3) in an amount not to exceed 100% of the project costs
guaranteeing against defective quality of work or materials for the period of:
1 Year
2 Years
3.
PREPARATION OF BIDS (PRICING INFORMATION AND FORMS)
A. (1) The Borough of Florham Park is exempt from any local, state or federal sales, use or
excise tax. Florham Park Borough will not pay for New Jersey State Sales and Use Tax
that are included in any invoices. Florham Park Borough will not pay service charges
such as interest and late fees.
(2) The Borough of Florham Park or any of its offices and divisions will not complete credit
applications as a result of contract(s) resulting from award based on these
specifications.
The Borough of Florham Park is rated by:
Moody’s Investors Services: Aaa
B. Bids shall be signed in ink (Original Signature Required) by the bidder, all quotations shall
be made with a typewriter/computer or pen and ink. Any quotation showing any erasure
alteration must be initialed by the bidder in ink. Unit prices and totals are to be inserted in
spaces provided.
C. Failure to sign and give all information in the bid may result in the bid being rejected.
D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The Borough has
attempted to identify the item(s) and the estimated amounts of each item bid to cover its
requirements; however, past experience shows that the amount ordered may be different
than that submitted for bidding. The right is reserved to decrease or increase the quantities
specified in the specifications pursuant to N.J.A.C. 5:30-11.2 and 11.10. NO MINIMUM
PURCHASE IS IMPLIED OR GUARANTEED.
E. Bidders shall insert prices for furnishing goods and services required by these specifications.
Prices shall be net including any charges for packing, crating, containers etc. All
transportation charges shall be fully prepaid by the contractor, F.O.B. destination and
placement at locations specified by the Borough. No additional charges will be allowed for
any transportation costs resulting from partial shipments made at vendor’s convenience
when a single shipment is ordered.
F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid
may be withdrawn in the 60-day period after the bids are received.
G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE
BID DOCUMENT CHECKLIST PAGE.
H. Results of all bids are posted on the Borough website www.fpboro.net
4.
FIRM FIXED CONTRACT
This is a firm fixed contract, prices firm, FOB Borough of Florham Park locations. No price
escalation. The vendor shall void the contract and permit Florham Park Borough to solicit open
market pricing should any price increase or surcharge be imposed.
5.
INTERPRETATIONS AND ADDENDA
6
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the Borough. The bidder accepts the obligation to become familiar with these
specifications.
B. Bidders are expected to examine the specifications and related documents with care and
observe all their requirements. Ambiguities, errors or omissions noted by bidders should
be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to
notify the Borough of such ambiguities, errors or omissions, the bidder shall be bound by
the bid.
C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every
request for an interpretation shall be in writing, addressed to the Purchasing Agent,
referencing the Contract Name and Contract Number in the subject line, at
pvisco@fpboro.net. In order to be given consideration, written requests for interpretation
and or clarification must be received at last three (3) business days prior to the date fixed
for the opening of the bids.
D. All interpretations, clarifications and any supplemental instructions will be in the form of
written addenda to the specifications, and will be distributed to all prospective bidders. All
addenda so issued shall become part of the specification and bid documents, and shall be
acknowledged by the bidder by completing the Acknowledgement of Receipt of Addenda
form. The Borough’s interpretations or corrections thereof shall be final.
Pursuant to N.J.S.A. 40A:11-23(c)(1) when issuing addenda, the owner shall provide
required notice prior to official receipt of bids to any person who has submitted a bid or who
has received a bid package. They will be sent via electronic transmissions to those known
recipients of the bid specifications.
E. Discrepancies in Bids
1. If the amount shown in words and its equivalent figures do not agree, the written words
shall be binding. Ditto marks are not considered writing or printing and shall not be
used.
2. In the event that there is a discrepancy between the unit prices and the extended totals,
the unit price shall prevail. In the event there is an error of the summation of the
extended totals, the computation by the Borough of the extended totals shall govern.
6.
BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE
A. Brand names and or descriptions used in this bid are to acquaint bidders with the type of
commodity desired and will be used as a standard by which alternate or competitive
materials offered will be judged. Competitive items must be equal to the standard described
and be of the same quality of work.
B. Variations between the goods and services described and the goods and services offered
are to be fully identified and explained by the bidder on a separate sheet and submitted
with the bid proposal form. Vendor’s literature will not suffice in explaining exceptions to
these specifications. In the absence of any exceptions by the bidder, it will be presumed
and required that materials as described in the proposal be delivered.
C. It is the responsibility of the bidder to demonstrate the equivalency of goods and services
offered. The Borough reserves the right to evaluate equivalency of a product which, in its
deliberations, meets its requirements.
D. In submitting its bid, the bidder certifies that the goods or services to be furnished will not
infringe upon any valid patent or trademark and that the successful bidder shall, at its own
expense, defend any and all actions or suits charging such infringement, and will save the
Borough harmless from any damages resulting from such infringement.
7
E. Only manufactured and farm products of the United States, wherever available, shall be
used pursuant to N.J.S.A. 40A:11-18.
F. Wherever practical and economical to the Borough, it is desired that recycled or recyclable
products be provided. Please indicate when recycled products are being offered.
G. The contractor shall guarantee any or all goods and services supplied under these
specifications. Defective or inferior goods shall be replaced at the expense of the contractor.
The contractor will be responsible for return freight or restocking charges.
7.
METHOD OF CONTRACT AWARD
A. The Borough reserves the right to accept or reject any or all bids, to waive identified
irregularities and technicalities, and to award in whole or in part to the lowest responsible
bidder, if it is in the best interest of the Borough to do so. Without limiting the generality
of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected, any
bid having erasures or corrections in the price sheet may be rejected, any bid in which unit
prices are omitted, or in which unit/total prices are unbalanced, may be rejected, any bid
accompanied by any insufficient or irregular certified check, cashier’s check or bid bond
may be rejected.
B. The Borough further reserves the right to award each item separately to the lowest
responsible bidder meeting specifications or to make an award based on the total bid to the
bidder whose total sum is the low bid meeting the specifications, whichever in the awarding
authorities’ opinion is in the best interest of the Borough. Without limiting the generality
of the foregoing, the Borough reserves the right to award a contract based on either option
that may be described in the bid proposal or based on any combination thereof.
C. The Borough may also elect to award the contract on the basis of unit prices.
D. The Borough reserves the right to award equal or tie bids at their discretion to any one of
the tie bidders.
E. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the
Borough may then, at its option, accept the bid of the next lowest responsible bidder.
F. The effective period of this contract will be two years unless otherwise noted in the
specifications. Continuation of the terms of this contract beyond the fiscal year is contingent
on availability of funds in the following year’s budget. In the event of unavailability of such
funds, the Borough reserves the right to cancel this contract.
G. The form of contract shall be submitted by the Borough to the successful bidder. Terms of
the specifications/bid package prevail. Bidder exceptions must be formally accepted by the
Borough; material exceptions shall not be approved.
H. Government entities are not private business/consumer clients; therefore, separate
company agreements are not honored. Terms of the specifications/bid package prevail
unless otherwise noted by the vendor as exceptions.
8.
CAUSES FOR REJECTING BIDS
Bids may be rejected for any of the following reasons:
A. All bids pursuant to N.J.S.A. 40A:11-13.2;
B. If more than one bid is received from an individual, firm or partnership, corporation or
association under the same name;
C. Multiple bids from an agent representing competing bidders;
D. The bid is inappropriately unbalanced;
8
E. If the successful bidder fails to enter into a contract within 21 days, Sundays and holidays
excepted, or as otherwise agreed upon by the parties to the contract. In this case at its
option, the Borough may accept the bid of the next lowest responsible bidder. (N.J.S.A.
40A:11-24b)
9.
NEW JERSEY PREVAILING AGE ACT (When Applicable) N.J.S.A. 34:11-56.25 et seq.
Pursuant to N.J.S.A. 34:11-56.25 et seq, contractors on projects for public work shall adhere
to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to
submit a certified payroll record to the owner within ten (10) days of the payment of wages.
The contractor is also responsible for obtaining and submitting all subcontractors’ certified
payroll records within the aforementioned time period. The contractor shall submit said
certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It is the contractor’s
responsibility to obtain any additional copies of the certified payroll form to be submitted by
contacting the New Jersey Department of Labor and Workforce Development, Division of
Workplace
Standards.
Additional
information
is
available
at
http://lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html.
10.
THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT–N.J.S.A. 34:11-56.48 et seq.
N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed
subcontractors named in the contractor’s bid proposal shall possess a certificate at the time
the bid proposal is submitted. After bid proposals are received and prior to award of contract,
the successful contractor shall submit a copy of the contractor’s certification along with those
of all listed subcontractors. All non-listed subcontractors and lower tier sub-subcontractors
shall be registered prior to starting work on the project. It is the general contractor’s
responsibility that all non-listed sub-contractors at any tier have their certificate prior to
starting work on the job.
Under the law a “contractor” is “a person, partnership, association, joint stock company, trust,
corporation or other legal business entity or successor thereof who enters into a contract” which
is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34: 11-56.25, et
seq.) It applies to contractors based in New Jersey or in another state.
The law defines “public works projects” as contracts for “public work” as defined in the
Prevailing Wage statue (N.J.S.A. 34:11-56.25(5)). The term means:
•
“Construction, reconstruction, demolition, alteration, or repair work, or maintenance
work, including painting and decorating, done under contract and paid for in whole or
in part out of the funds of a public body, except work performed under a rehabilitation
program.
•
“Public work” shall also mean construction, reconstruction, demolition, alteration, or
repair work, done on any property or premises, whether or not the work is paid for from
public funds…”
•
“Maintenance work” means the repair of existing facilities when the size, type or extent
of such facilities is not thereby changed or increased. While “maintenance” includes
painting and decorating and is covered under the law, it does not include work such as
routine landscape maintenance or janitorial services.
To register, a contractor must provide the State Department of Labor and Workforce
Development with a full and accurately completed application form. The form is available online
at http://lwd.dol.state.nj.us/labor/wagehour/regperm/pw_cont_reg.html.
N.J.S.A. 34:11-56.55 specifically prohibits accepting applications for registration as a substitute
for a certificate or registration.
11.
NON-COLLUSION AFFIDAVIT – N.J.S.A. 52:34-15
9
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed
and submitted intact with the proposal.
12.
NEW JERSEY ANTI-DISCRIMINATION – N.J.S.A. 10:2-1
There shall be no discrimination against any employee engaged in the work required to produce
the goods and services covered by any contract resulting from this bid, or against any applicant
to such employment because of race, religion, sex, national origin, creed, color, ancestry, age,
marital status, affectional or sexual orientation, familial status, liability for service in the Armed
Forces of the United States, or nationality. This provision shall include, but not be limited to
the following: employment upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation, and selection
for training, including apprenticeship. The contractor shall insert a similar provision in all
subcontracts for services to be covered by any contract resulting from this bid.
13.
MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE – N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17-27 et seq.
No firm may be issued a contract unless it complies with the affirmative action provisions of
N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. as administered by the Division of
Purchase & Property Contract Compliance and Audit Unit (Division) and provided below. The
contract will include the language included as attachment A in this specification.
1. Goods, Professional Services and Service Contracts
Each contractor shall submit to the public agency, after notification of award but prior to
execution of a goods and services contract, one of the following three documents:
i.
A Letter of Federal Approval indicating that the vendor is under an existing federally
approved or sanctioned affirmative action program. A copy of the letter must be
provided by the vendor to the Public Agency and Division. This approval letter is valid
for one year from the date of issuance.
ii. A Certificate of Employee Information Report (hereafter “Certificate”), issued in
accordance with N.J.A.C. 17:27 et seq. The vendor must provide a copy of the
Certificate to the Public Agency as evidence of its compliance with the regulations. The
Certificate represents the review and approval of the vendor’s Employee Information
Report, Form AA-302 by the Division
iii. The successful bidder shall complete an Initial Employee Report, Form AA-302 and
submit it to the Division with a check or money order for $150.00 made payable to
“Treasurer, State of New Jersey" www.state.nj.us/treasury/contract_compliance
2. Construction Contracts
All successful contractors shall complete and submit an Initial Project Manning Report
(AA201-available
on-line
at
www.state.nj.us/treasury/contract_compliance
upon
notification of award. Proper completion and submission of this Report shall constitute
evidence of the contractor’s compliance with the regulations. Failure to submit this form
may result in the contract being terminated. The contractor also agrees to submit a copy
of the Monthly Project Workforce Report, Form AA-202 once a month thereafter for the
duration of the contract to the Department of LWD and to the Public Agency.
14.
AMERICANS WITH DISABILITIES ACT OF 1990 – 42 U.S.C. S121 01 et seq.
Discrimination on the basis of disability in contracting for the purchase of goods and services
is prohibited. Bidders are required to read Americans with Disabilities language that is included
in this specification and agree that the provisions of Title II of the Act are made a part of the
contract. The contractor is obligated to comply with the Act and to hold the Borough harmless.
15.
WORKER AND COMMUNITY RIGHT TO KNOW ACT – N.J.S.A. 34:5A-1 et seq.
10
The manufacturer or supplier of chemical substances or mixtures shall label them in accordance
with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C.
5:89-5 et seq.).
All direct use containers shall bear a label indicating the chemical name(s) and Chemical
Abstracts Service number(s) of all hazardous substances in the container, and all other
substances which are among the five most predominant substances in the container, or their
trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The
Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S.
Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS)
as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and
Regulations as adopted in the final rule by DEPARTMENT OF LABOR, Occupational Safety and
Health Administration, 29 CFR Parts 1910, 1915, and 1926, {Docket No. OSHA-H022K-2006-
0062, (formerly Docket No. H022K)}, RIN 1218-AC20, Hazard Communication. Further, all
applicable documentation must be furnished.
16.
STATEMENT OF CORPORATE OWNERSHIP – N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership,
limited liability corporation, limited liability partnership, Subchapter S corporation or sole
proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or
accompanying the bid of the corporation, partnership, limited partnership, there is submitted
to the Borough a statement setting forth the names and addresses of all stockholders who own
10% or more of the stock, of any class or of all individual partners who own a 10% or greater
interest in the corporation, partnership, limited partnership, limited liability corporation, limited
liability partnership, Subchapter S corporation or sole proprietorship. If one or more such
stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or
more of that corporation’s stock, or the individual partners owning 10% or greater interest in
that partnership, as the case may be, shall also be listed. The disclosure shall be continued
until names and addresses of every noncorporate stockholder and individual partner, exceeding
the 10% ownership criteria established in this act has been listed. This form shall be signed
and submitted with the bid/proposal whether or not a stockholder or partner owns less than
10% of the business submitting the bid. Failure to comply requires mandatory rejection of the
bid/proposal.
17.
INSURANCE AND INDEMNIFICATION
If it becomes necessary for the contractor, either as principal or by agent or employee, to enter
upon the premises or property of the owner in order to construct, erect, inspect, make delivery
or remove property hereunder, the contractor hereby covenants and agrees to take use,
provide and make all proper, necessary and sufficient precautions, safeguards, and protection
against the occurrence of happenings of any accident, injuries, damages, or hurt to person or
property during the course of the work herein covered and be his/her sole responsibility.
The contractor further covenants and agrees to indemnify and save harmless the owner from
the payment of all sums of money or any other consideration(s) by reason of any, or all, such
accidents, injuries, damages, or hurt that may happen or occur upon or about such work and
all fines, penalties and loss occurred for or by reason of the violation of any owner regulation,
ordinance or the laws of the State, or the United States while said work is in progress.
The contractor shall maintain sufficient insurance to protect against all claims under Workers
Compensation, General Liability and Automobile and shall be subject to approval for adequacy
of protection and certificates of such insurance shall be provided with the owner named as
additional insured.
A. Insurance Requirements
Worker’s Compensation and Employer’s Liability Insurance
11
This insurance shall be maintained in full force during the life of this contract by the bidder
covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-
12(a) and N.J.A.C. 12:35-1.6. Minimum Employer’s Liability $1,000,000
General Liability Insurance
This insurance shall have limits of not less than $1,000,000 any one person and $1,000,000
any one accident for bodily injury and $2,000,000 aggregate for property damage, and shall
be maintained in force during the life of the contract.
Automobile Liability Insurance
This insurance covering bidder for claims arising from owned, hired and non-owned vehicles
with limits of not less than $1,000,000 any one person and $1,000,000 any one accident for
bodily injury and $1,000,000 each accident for property damage, shall be maintained in force
during the life of this contract by the bidder.
B. Certificates of the Required Insurance
Certificates as listed above shall be submitted along with the contract as evidence covering
Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable,
necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be
with acceptable insurance companies operating on an admitted basis in the State of New Jersey
and shall name the OWNER as an additional insured.
Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and
shall name the OWNER as an additional insured.
C. Indemnification
The Contractor agrees to indemnify and save harmless the Borough, its officers, agents and
employees, from all claims, suits or actions, and damages or costs of every name and
description to which the owner may be subjected or put by reason of injury to the person or
property of another, or the property of the owner, resulting from:
a) negligent acts or missions on the part of the contractor, the contractor’s agents, servants
or subcontractors in the delivery of goods and services, or in the performance of the work
under the contract; and,
b) the use of any copyrighted or copyrighted composition, valid trademark, secret process,
patented or unpatented invention or article furnished or used in the performance of this
contract.
Florham Park Borough will not accept Mutual Limitation of Liability terms.
18.
PAYMENT
Payment will be made after a properly executed Borough voucher has been received and
formally approved on the voucher list by the Mayor and Council at its subsequent regular
meeting. The voucher will be certified correct by the department/division head who received
the goods or services.
19.
TERMINATION
A. If, through any cause, the contractor shall fail to fulfill in a timely manner obligations under
the contract or if the contractor shall violate any of the requirements of the contract, the
Borough shall there upon have the right to terminate the contract by giving written notice
to the contractor of such termination and specifying the effective date of termination. Such
termination shall relieve the Borough of any obligation for balances to the contractor of any
sum or sums set forth in the contract. Florham Park Borough will pay for goods and services
accepted prior to termination.
12
B. Notwithstanding the above, the contractor shall not be relieved of liability to the Borough
for damages sustained by the Borough by virtue of any breach of the contract by the
contractor and the Borough may withhold any payments to the contractor for the purpose
of compensation until such time as the exact amount of the damage due the Borough from
the contractor is determined.
C. The contractor agrees to indemnify and hold the Borough harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising
out of the lawful termination of the contract by the Borough under this provision.
D. In case of default by the contractor, the Borough may procure the goods and services from
other sources and hold the contractor responsible for any excess cost.
E. Continuation of the terms of the contract beyond the fiscal year is contingent on availability
of funds in the following year’s budget. In the event of unavailability of such funds, the
Borough reserves the right to cancel the contract.
F. It is understood by all parties that if, during the life of the contract, the contractor disposes
of his/her business concern by acquisition, novation, merger, sale and/or transfer or by any
means convey his/her interest(s) to another party, all obligations are transferred to the
new party. In this event, the new owner(s) will be required to submit all
documentation/legal instruments that were required in the original bid/contract. Any
changes shall be approved by the Borough.
G. The contractor will not assign any interest in the contract and shall not transfer any interest
in the same without the prior written consent of the Borough.
H. The Borough may terminate the contract for convenience by providing sixty (60) calendar
days advanced notice to the contractor.
I. The contractor shall maintain all documentation related to products, transactions or services
under this contract for a period of five years from the date of final payment. Such records
shall be available to the New Jersey Office of the State Comptroller upon request.
I. For contracts that exceed one year, each fiscal year payment obligation of the Borough is
conditioned upon the availability of Florham Park Borough funds appropriated or allocated
for the payment of such an obligation. If funds are not allocated and available for the
continuance of any services performed by the bidder awarded the contract (contractor)
hereunder, whether in whole or in part, the Borough at the end of any particular fiscal year
may terminate such services. The Borough will notify the contractor in writing immediately
of any services that will be affected by a shortage of appropriated funds. This provision
shall not be construed so as to permit the Borough to terminate the contract during the
term, or any service hereunder, merely in order to acquire identical services from another
contractor.
J. Neither party shall be responsible for any resulting loss or obligation to fulfill duties as
specified in any of the terms or provisions of a contract if the fulfillment of any term or
provision of the contract is delayed or prevented by any revolutions, insurrections, riots,
wars, acts of enemies, national emergencies, strikes, floods, fires, acts of God, or by any
cause not within the control of the party whose performance is interfered with which by the
exercise of reasonable diligence such party is unable to prevent. Additionally, if the
fulfillment of any of the terms and provisions of the contract is delayed or prevented by any
court order, or action or injunction or other such agreement, the contract shall become
voidable by Florham Park Borough by notice to the parties.
20.
ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC.
It is understood by all parties that if, during the life of the contract, the contractor disposes of
his/her business concern by acquisition, merger, sale and/or transfer or by any means convey
his/her interest(s) to another party, all obligations are transferred to that new party. In this
13
event, the new owners(s) will be required to submit, when required, a performance bond in the
amount of the open balance of the contract.
21.
ADDITIONS/DELETIONS OF SERVICE
The Borough reserves the right to add and/or delete services to this contract. Should a service
requirement be deleted, payment to the Contractor will be reduced proportionally to the
amount of service deleted in accordance with the bid price. Should additional services be
required, payment to the Contractor will be increased proportionally to the amount of service
added in accordance with the bid price.
22.
Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal
blank(s) set forth in these specifications.
23.
Bidders shall not write in margins or alter the official content or requirements of the Borough
bid documents.
24.
SPECIFICATIONS
Any prospective bidder who wishes to challenge a bid specification shall file such challenges in
writing with the contracting agent no less than three business days prior to the opening of the
bids. Challenges filed after that time shall be considered void and having no impact on the
contracting unit or the award of contract.
25.
OWNERSHIP OF MATERIAL
The owner shall retain all of its rights and interest in any and all documents and property both
hard copy and digital furnished by the owner to the contractor for the purpose of assisting the
contractor in the performance of this contract. All such items shall be returned immediately to
the owner at the expiration or termination of the contract or completion of any related services,
pursuant thereto, whichever comes first. None of the documents and/or property shall, without
the written consent of the owner, be disclosed to others or used by the contractor or permitted
by the contractor to be used by their parties at any time except in the performance of the
resulting contract.
Ownership of all data, materials and documentation originated and prepared for the owner
pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized
information, programs and materials related to this project shall be delivered to and become
the property of the owner upon completion of the project. The contractor shall not have the
right to use, sell, or disclose the total of the interim or final work products, or make available
to third parties, without the prior written consent of the owner. All information supplied to the
owner may be required to be supplied on CD-ROM media compatible with the owner’s computer
operating system, windows based, Microsoft Office Suite 2010.
26.
TRUTH IN CONTRACTING LAW
➢ N.J.S.A. 2C:21-34, et seq. governs false claims and representation. It is a serious crime
for the bidder to knowingly submit a false claim and/or knowingly make material
misrepresentation.
➢ N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offers a benefit
to a public servant for an official act performed or to be performed by a public servant,
which is a violation of official duty.
➢ N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or
indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.
➢ Bidder should consult the statutes or legal counsel for further information.
27.
PROOF OF N.J. BUSINESS REGISTRATION CERTIFICATE N.J.S.A. 52:32-44
Pursuant to N.J.S.A. 52:32-44, Florham Park Borough (“Contracting Agency”) is prohibited from
entering into a contract with an entity unless the bidder/proposer/contractor, and each
subcontractor that is required by law to be named in a bid/proposal/contract has a valid
14
Business Registration Certificate on file with the Division of Revenue and Enterprise Services
within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency
with its proof of business registration and that of any named subcontractor(s).
Subcontractors named in a bid or proposal shall provide proof of business registration to the
bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract,
purchase order, or other contracting document is awarded or authorized.
During the course of contract performance:
(1) The contractor shall not enter into a contract with a subcontractor unless the
subcontractor first provides the contractor with a valid proof of business registration.
(2) The contractor shall maintain and submit to the Contracting Agency a list of
subcontractors and their addresses that may be updated from time to time.
(3) The contractor and any subcontractor providing goods or performing services under the
contract, and each of their affiliates, shall collect and remit to the Director of the Division
of Taxation in the Department of Treasury, the use tax due pursuant to the Sales and
Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property
delivered in the State. Any questions in this regard can be directed to the Division of
Taxation
at
(609)
292-6400.
Form
NJ-REG
can
be
filed
online
at
www.state.nj.us/treasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting
Agency a complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a
business registration as required, or that provides false business registration information, shall
be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000, for each
proof of business registration not properly provided under a contract with a contracting agency.
Emergency Purchases or Contracts
For purchases of an emergent nature, the contractor shall provide its Business Registration
Certificate within two weeks from the date of purchase or execution of the contract or prior to
payment for goods or services, whichever is earlier.
28.
PAY TO PLAY – NOTICE OF DISCLOSURE REQUIREMENT
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)
pursuant to N.J.S.A. 19:44A-20.27 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 888-313-3532
or at www.elec.state.nj.us.
29.
NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS
Public funds may be used to pay only for goods delivered or services rendered. Florham Park
Borough will not pay penalties and/or interest on overdue bills. No employee is authorized to
sign a letter of credit or any other document that represents a legal commitment on the part
of the Borough to pay additional fees.
30.
W-9
Successful bidder/respondent shall complete W-9 Form and submit to Finance prior to contract
award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf
31.
Health Insurance Portability and Accountability Act of 1996-HIPAA (If Applicable)
15
Both parties agree to comply with all requirements of the Federal Health Insurance Portability
and Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the
corresponding HIPAA regulations for the confidentiality and security of medical information.
The Contractor shall:
• Not use or disclose protected health information other than as permitted or required by law
• Use appropriate safeguards to protect the confidentiality of the information
• Report any use or disclosure not permitted
The contractor, by execution of the contract, shall thereby indemnify and hold the Borough
harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred
as the result of the failure of the contractor to comply with the requirements of the Health
Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting
the privacy of persons using its services.
32.
PUBLIC EMERGENCY
In the event of a Public Emergency declared at the Local, State or Federal Level, if the Borough
opts to extend terms and conditions of this bid, the contractor agrees to extend the terms and
conditions of this bid, whether existing, expiring or expired no longer than six months, for
goods and/or services for the duration of the emergency. In the event the original contractor
cannot meet this requirement, the Borough may solicit the goods and/or services from any
bidder on this contract.
33.
The owner and the Contractor each bind themselves and their successors, executors,
administrators, heirs and assigns and legal representatives of the other party respecting all
covenants and agreements and obligations of this contract.
34.
The terms of this Agreement shall be construed and interpreted, and all respective rights and
duties of the parties shall be governed by the laws of the State of New Jersey.
35.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in
certain investment activities in energy or finance sectors of Iran. The terms of this Agreement
shall be construed and interpreted, and all respective rights and duties of the parties shall be
governed by the laws of the State of New Jersey.
36. All Right to Know documents and Safety Data Sheets must be submitted to the Sewer Utility
by June 15, 2023 and June 15, 2024.
37. No delivery fees or fuel surcharges will be charged.
16
Technical Specifications
PURCHASE OF CHEMICALS
(15% SODIUM HYPOCHLORITE AND 38% SODIUM BISULFITE)
SCOPE OF WORK The following specifications are a statement of the minimum level of
work and services which Contractor must provide and should not be construed as
maximum performance levels.
1.0
Sewer, Water and Pool Treatment Plant Chemicals
1.1
General; Furnish all necessary labor, material and equipment to
deliver chemicals indicated in such estimate quantities as set
forth in these Specifications.
This Contract shall be for a one (1) year period with an option for an
extension in accord with the New Jersey Local Public Contract Law (N.J.S.A.
40A: l l-l et. Seq.,) as required by the Borough. The Contractor shall meet all
applicable regulations, rules, ordinances, statures and law required from
local, County, State, federal government and/or regional agencies under
whose jurisdiction the hauling of all chemicals indicated and specified may
come.
The quantities given in these Specifications and are approximations only of
the Owner's needs during the coming year. The Owner reserves the right
to increase or decrease the quantities actually purchased relative to the
quantities given herein at his sole discretion, and the Contractor agrees
that he/she shall make no claims for damages because the quantities
actually purchased differ in any manner from quantities given herein.
A chemicals delivery schedule shall be determined between the responsible
official of the Contractor and the Sewer Plant Manager, Water
Superintendent and/or Recreation Director. The Contractor shall deliver the
chemicals during the hours between 7 a.m. and 2:30pm, Monday through
Friday, except recognized legal holidays. In case of emergency requests,
chemicals should be delivered within a 24-hour period. Each shipment of
material shall carry with it some means of identification. Each unit package
shall have legibly marked the net weight of the contents, the name of the
manufacturer, the brand name (if any), and other markings as required by
applicable laws and regulations.
17
Technical Specifications
When shipped in bulk, this information shall be provided according to
applicable regulations. Containers used in shipping should comply with U.S.
Department of Transportation (DOT) specifications.
1.2
15% Sodium Hypochlorite: Furnish 300-1800 gallons more or less of sodium
hypochlorite to be in accordance with AWWA Standard B301-04.
Deliveries will be in Gallons. The contractor shall be responsible for providing
compatible connects between the tank truck and the fill lines to the storage
tank. Deliveries will be made to 4 locations in Florham Park. The Sewer and
Water Utilities will require weekly deliveries and the Pool Utility will be
seasonal. The amount and time of delivery shall be as directed by the Plant
Manager and Superintendent of the Sewer and Water Utilities.
1.3
38% Sodium Bisulfite Furnish 400-800 Gallons more or less of sodium
bisulfite in accordance with AWWA Standard B301-04.
Deliveries will be in Gallons. The contractor shall be responsible for providing
compatible connects between the tank truck and the fill lines to the storage
tank. Deliveries shall be made to the Sewer Utility in Florham Park. The
amount and time of delivery shall be as directed by the Plant Manager and
Superintendent of the Sewer and Water Utilities, within 3 business days of
the request for chemical delivery.
1.4 Spills: The Contractor shall be responsible for the cleanup of all spillage
Of any kind on site, as well as off-site while in transit to the disposal site.
He/she shall take care, during the filling operation and in making
connections and disconnections, that no leaks or spills occur and that the
filled tank does not overflow. The clean-up shall be done promptly and, in
a manner, satisfactory to the Borough of Florham Park and all other
agencies having jurisdiction. The Contractor shall be responsible for all
costs required to clean up and to restore the Borough of Florham Park’s
facilities and off-site properties to their former condition and appearance,
and to pay any claims and damages resulting from the acts of the
Contractors, their agents, officers and employees.
18
RECORD OF RECENT CONTRACT AWARDS
Give full information about all your contracts: whether private or government contracts; whether
prime or sub-contracts; whether in progress or awarded but not yet begun; or where you are low
bidder pending formal award of contract.
OWNER
LOCATION
DESCRIPTION
ADJUSTED CONTRACT
DATE OF
AMOUNT
COMPLETION
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
19
BOROUGH OF FLORHAM PARK
EXCEPTIONS
For each exception, the bidder must identify the specific section of specifications by providing the
number and title the exception applies to. It is the responsibility of the bidder to document the
equivalence claim in writing. Submitting product brochures is not an acceptable claim of equivalence.
(IF NONE SO STATE)
USE ADDITIONAL SHEET IF NECESSARY
20
BOROUGH OF FLORHAM PARK
BID DOCUMENT CHECKLIST
Required
With
Bid
Read, Signed
& Submitted
Bidder’s Initial
A.
FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR
REJECTION OF BID
Stockholder Disclosure Certification
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued)
Required Evidence EEO/Affirmative Action Regulations Questionnaire
Bidder’s Affidavit
Non-Collusion Affidavit
Bid Guarantee (bid bond or certified/cashier’s check)
(with Power of Attorney for full amount of Bid Bond)
Consent of Surety (Certificate from Surety company)
Surety Disclosure Statement and Certification
Performance Bond
Labor and Material (Payment) Bond
Maintenance Bond
Certification of Non-Involvement in Prohibited Activities in Russia and or Belarus- Submit
with bid response
B.
MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED
Business Registration Certificate – Bidder – Prefer with Bid Response. Required by Law
prior to award of contract
Business Registration Certificate – Designated Subcontractor(s) – Prefer with Bid Response.
Required by Law prior to award of contract
Public Works Contractor Registration Certificate(s) for the Bidder and Designated
Subcontractors (Prior to Award, but effective at time of bid)
License(s) or Certification(s) Required by the Specifications
C.
FAILURE TO SUBMIT ANY OF THESE ITEMS AT TIME OF BID MAY BE CAUSE FOR
REJECTION
Three (3) references for similar projects
Authorization for Background Check
Catalog/Price List
Product Samples
Certification of Available Equipment
Other: CD or USB flash drive with PDF of Bid Response along w/Printed Copies (ref page 1)
CD and/or USB flash drive must be labeled with the bidder’s name
Other:
D.
READ ONLY
Americans With Disability Act of 1990 Language
E.
OPTIONAL ITEM(S)
Borough Cooperative Contract Option
This checklist is provided for bidder’s use in assuring compliance with required
documentation; however, it does not include all specifications requirements and does not
relieve the bidder of the need to read and comply with the specifications.
Name of Bidder:
Date:
By Authorized Representative:
Signature:
21
Print Name & Title:
22
BOROUGH OF FLORHAM PARK
BID PROPOSAL FORM/SIGNATURE PAGE
TO THE BOROUGH OF FLORHAM PARK
MAYOR AND COUNCIL:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and the
Specifications for the Purchase of Chemicals (15% Sodium Hypochlorite and 38% Sodium Bisulfite)
attached, that he/she has determined the conditions affecting the bid and submits the following
proposal in full compliance therewith:
15 % Sodium Hypochlorite (Cost per Gallon)
$_______________________
38 % Sodium Bisulfite
$_______________________
(Corporation)
The undersigned is a (Partnership) under the laws of the State of __________________________ having its
(Individual)
Principal office at
Company
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Type or Print Name
Title of Authorized Agent
Date
Telephone Number
Email Address
Fax Number
23
BOROUGH OF FLORHAM PARK
OWNERSHIP STATEMENT - STOCKHOLDER DISCLOSURE FORM
LEGAL NAME OF BIDDER: ___________________________________________________________
Check the box that represents the type of business organization:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
Other, Please List __________________________________
List the names and addresses of all stockholders who own ten (10%) percent or more of the above company’s stock, and if
there are NO STOCKHOLDERS OF 10% OR MORE, simply check the second box below. If one or more such
stockholders or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock,
or the individual partners owning 10% of that corporation's stock, or the individual partners owning 10% or greater interest
in that partnership, as the case may be, must also be listed.
The disclosure shall be continued until names and addresses of every person who is a non-corporate stockholder,
or individual partner, exceeding the 10% ownership criteria established in this act, has been listed, in full
compliance with Chapter 33 of the New Jersey Public Laws of 1977.
BIDDERS/RESPONDENTS MUST CHECK THE APPROPRIATE BOX:
I certify that the list below contains the names and addresses of all stockholders holding 10% or more of the issued
and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Publicly Traded - For publicly traded entities to comply with N.J.S.A. 52:25-24.2 they may submit the name and address of
each publicly traded entity, and the name and address of each person holding 10% or more beneficial interest in the publicly
traded entity as of the last annual filling with the Security Exchange Commission (SEC), or foreign equivalent
Submit here the Website (URL) providing the last annual Security Exchange Commission (SEC) filing, or foreign equivalent:
____________________________________________________________________________________________
The requested information is available on the following page number(s) of the SEC, or foreign equivalent, filing:
____________________________________________________________________________________________
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
(Note: Attach additional pages if necessary)
________________________________________________________________
______________
(Respondent/Respondent Authorized Signature)
(Date)
___________________________________________
______________________________________
(Print name of authorized signatory)
(Title)
24
BOROUGH OF FLORHAM PARK
BIDDER’S AFFIDAVIT
STATE OF NEW JERSEY
)
) Ss:
COUNTY OF
)
________________________________, being of full age and being duly sworn, upon his
Oath deposes and says:
1.
I reside at
______________________________________________________________
2.
I am _____________________________________ of the firm of
______________________________________________________________
(Name of Bidder)
3.
I am the person who signed the foregoing Bid and I was duly authorized to
execute
such Bid. The Bid is a true offer of the Bidder. If the Bidder has a seal, then
such seal is affixed to the Bid. All of the statements and declarations contained
in the Bid are true to the best of my knowledge and belief.
____________________________________ (Seal)
(Signature)
Subscribed and sworn to
Before me this _____ day
Of ________________, 20__.
_________________________________
Notary Public of the State
Of New Jersey
My Commission expires______________
(Notary Seal)
25
BOROUGH OF FLORHAM PARK
NON-COLLUSION AFFIDAVIT
State of _____________
Borough of _____________
ss:
I, _____________________________ of the city of _______________________________
In the County of _____________________ and State of _________________________ of full age,
being duly sworn according to law on my oath depose and say that:
I am _____________________________ of the firm of ____________________________
(Title or position)
(Name of firm)
the bidder making this Proposal for the above named project, and that I executed the said proposal
with full authority so to do; that said bidder has not, directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding
in connection with the above named project; and that all statements contained in said proposal and
in this affidavit are true and correct, and made with full knowledge that the Borough of Florham Park
relies upon the truth of the statements contained in said proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage,
or contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by_________________________________.
(Name of Contractor)
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this _______day
Of ___________, _______.
Signature
(Type or print name of affiant under signature)
_______________________________________
Notary public of
My Commission expires ___________________.
26
EXHIBIT A
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance
to the Borough and Division of Public Contracts Equal Employment Opportunity Compliance. During
a review, Division representatives will review the Borough files to determine whether the affirmative
action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor
shall submit to the Borough, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the
vendor to the Borough and the Division. This approval letter is valid for one year from the date
of issuance.
Do you have a federally-approved or sanctioned EEO/AA program?
Yes
No
If yes, please submit a photo static copy of such approval.
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the Borough as
evidence of its compliance with the regulations. The Certificate represents the review and
approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period
of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their
expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval?
Yes
No
If yes, please submit a photo static copy of such approval.
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to
the Division with $150.00 Fee and forward a copy of the Form to the Borough. Upon submission
and review by the Division, this report shall constitute evidence of compliance with the
regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on
the Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: ______________________________ SIGNATURE: ____________________________
PRINT NAME: ___________________________ TITLE: __________________________________
DATE: __________________
27
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of
this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice,
to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this
chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities
Act.
The contractor or subcontractor agrees to make good faith efforts to meet targeted Borough employment goals established
in accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited
to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the
basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in
direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating
to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability,
nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law
and applicable Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services
contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency
through the Division’s website at ww.state.nj.us/treasury/contract compliance).
The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property,
CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase &
Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code at N.J.A.C. 17:27.
28
SAMPLE CERTIFICATE OF EMPLOYEE INFORMATION REPORT
29
BOROUGH OF FLORHAM PARK
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans with
Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the
basis of disability by public entities in all services, programs, and activities provided or made available
by public entities, and the rules and regulations promulgated pursuant there unto, are made a part
of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this
contract, the contractor agrees that the performance shall be in strict compliance with the Act. In
the event that the contractor, its agents, servants, employees, or subcontractors violate or are
alleged to have violated the Act during the performance of this contract, the contractor shall defend
the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor
shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from
and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature
arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense,
appear, defend, and pay any and all charges for legal services and any and all costs and other
expenses arising from such action or administrative proceeding or incurred in connection therewith.
In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees
to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any
action or administrative proceeding results in an award of damages against the owner, or if the owner
incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance
procedure, the contractor shall satisfy and discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim, if any action or
administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every demand,
complaint, notice, summons, pleading, or other process received by the owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractors for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agrees that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
30
BOROUGH OF FLORHAM PARK
THESE ARE SAMPLES OF THE ONLY ACCEPTABLE
BUSINESS REGISTRATION CERTIFICATES.
PREFER SUBMITTED WITH BID RESPONSE
REQUIRED BY LAW PRIOR TO AWARD OF CONTRACT
31
BOROUGH OF FLORHAM PARK
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
ADDENDUM
NUMBER
DATE
ACKNOWLEDGE RECEIPT
(Initial)
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
Acknowledged for:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
FORM NOT REQUIRED IF NO ADDENDA ISSUED
32
CERTIFICATION OF NON-INVOLVEMENT IN
PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS
Pursuant to N.J.S.A. 52:32-60.1, et seq. (L. 2022, c. 3) any person or entity (hereinafter “Vendor'”) that seeks to enter
into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other
obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of
Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here:
https://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification
in violation of the law, it shall take any action as may be appropriate and provided by law, rule or contract, including
but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and
seeking debarment or suspension of the party.
I, the undersigned, certify that I have read the definition of "Vendor" below, and have reviewed the Office of Foreign
Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, and having done so certify:
O
A
O
B
O
c.
(Check the Appropriate Box)
That the Vendor is not identified on the OFAC Specially Designated Nationals and Blocked Persons list
on account of activity related to Russia and/or Belarus.
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list on account of activity related to Russia and/or Belarus.
OR
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list. However, the Vendor is engaged in activity related to
Russia and/or Belarus consistent with federal law, regulation, license or exemption. A detailed
description of how the Vendor's activity related to Russia and/or Belarus is consistent with federal law
is set forth below.
(Attach Additional Sheets If Necessary.)
Signature of Vendor's Authorized Representative
Print Name and Title of Vendor's Authorized Rep Vendor's Name
33
Signature of Vendor's Authorized Representative
Print Name and Title of Vendor's Authorized
Representative Vendor's Name
Vendor's Address (Street Address)
Vendor's Address (City/State/Zip)
Date
Vendor's FEIN
Vendor's Phone
Number Vendor's Fax
Vendor's Email
' Vendor means: (1) A natural person, corporation,
company, limited partnership, limited liability partnership,
limited liability company, business association, sole
proprietorship, joint venture, partnership, society, trust, or
any other nongovernmental entity, organization, or group;
(2) Any governmental entity or instrumentality of a
government, including a multilateral development institution,
as defined in Section 1701(c)(3) of the International
Financial Institutions Act, 22 U.S.C. 262r(c)(3); or (3) Any
parent, successor, subunit, direct or indirect subsidiary, or
any entity under common ownership or control with, any
entity described in paragraph (1) or (2).
34
BOROUGH OF FLORHAM PARK
CHEMICAL SUPPLY BID
For
FLORHAM PARK SEWER UTILITY
For
June 16, 2025- June 15, 2026
Contract# FP25-06
THIS CONTRACT made as of the 12th day of June in the year 2025 by and between the
Borough of Florham Park Sewer Utility acting through the Borough of Florham Park herein
known as the Borough and, with legal address and principal place of business at 1151 B
Highway #33 Farmingdale, NJ 07727, hereinafter called the CONTRACTOR. The Borough
and CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as
follows:
WORK.
A chemicals delivery schedule shall be determined between the Contractor and the Sewer
Plant Manager/Water Superintendent and/or Recreation Director.
The delivery of chemicals is to occur between the hours of 7:30 AM to 2:30 PM, Monday
through Friday, except recognized legal holidays. If an emergency requests chemicals
should be delivered in a 24-hour period.
Each shipment of material shall carry with it some means of identification. Each
unit package shall have legibly marked the net weight of the contents, the name
of the manufacturer, the brand name (if any), and other markings as required by
applicable laws and regulations.
When shipped in bulk, this information shall be provided according to applicable
regulations. Containers used in shipping should comply with U.S. Department of
Transportation (DOT) specifications.
The Work under this Contract shall begin after the last party signs the Contract. The
execution of this Contract shall be contingent upon receipt of necessary local, state and
federal permit(s).
CONTRACT TIME.
The Contract Time shall run for one year.
The Contractor agrees that the Work shall be prosecuted regularly, diligently and
uninterruptedly and at such rate of progress as determined by the Plant manager in
order to assure full compliance with the Contract.
CONTRACT PRICE
The Borough will pay the Contractor for performance of the Work in accordance with the
Contract Documents in current funds at the Bid Unit Price agreed upon in the
Contractor's Bid attached to this Contract.
35
APPLICATIONS FOR PAYMENT
The Contractor shall submit invoices for payment.
DAMAGES
The Contractor shall not be liable for damages or any excess cost when the delay in
completion of the Work is for reasons beyond the control of the Contractor. Delays
beyond the control of the Contractor shall include the, acts of neglect by utility
companies or other contractors at the site, fires, floods, epidemics, abnormal weather
conditions or acts of God.
Provided, further, that the Contractor shall, furnish the Borough written notification of
such delays promptly after the start of the event giving rise thereto.
ASSURANCE
The Contractor has familiarized its self with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and Federal, State and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
The Contractor agrees that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance of the
Work.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the Contract between the Borough and the
CONTRACTOR are attached hereto and made a part hereof.
MISCELLANEOUS
Neither Borough nor CONTRACTOR shall, without the prior written consent of the other,
assign OT sublet in whole or in part his/her interest under any of the Contract Documents;
and, specifically but without limitation, the CONTRACTOR shall not assign any monies due
or to become due without the prior written consent of the Borough. In case the
CONTRACTOR assigns all or any part of any monies due or to become due under this
Contract, the instrument of assignment shall contain a clause substantially to the effect that
it is agreed that the right of the assignee in and to any monies due or to become due to the
CONTRACTOR shall be subject to prior claims of all persons, firms and corporations for
services rendered or materials supplied for the performance of the Work called for in this
Contract.
The Borough and the CONTRACTOR each binds himself, his/her partners, successors,
assigns and legal representatives in respect to all covenants, agreements and obligations
contained in the Contract Documents.
The Contract Documents constitute the entire agreement between the Borough and the
CONTRACTOR and may only be altered, amended or repealed by a written modification.
36
CONFLICTING INFORMATION
In the event that any provision in any of the following component parts of this Contract
conflicts with any provision in any other of the following component parts, the provision in
the component part first enumerated below shall govern over any other component part
which follows it numerically, except as may be otherwise stated. Said components parts are
the following:
1. Contract
2. Addenda
3. Specifications
4. Invitation to Bid
5. Instruction to Bidders
6. Bid Form
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. Two
(2) copies have been delivered to the Borough and one copy each to the CONTRACTOR
All portions of the Contract Documents have been signed or identified by the Borough
and the CONTRACTOR.
TERMINATIONS AND/OR DEFAULT
Remedies for Default. In the event of a breach by either party of any obligation under
this Contract, the right to recover damages or to be reimbursed will ordinarily constitute
an adequate remedy. However, either party shall also have the right to seek injunctive
or other equitable relief against the other party.
Default Notice by the Borough. The Borough shall have given prior written notice to the
Contractor stating that in the Borough's opinion a particular default or defaults (to be
described in reasonable detail in such notice) exist (s) which will, unless corrected,
constitute a material breach of this Contract on the part of the Contractor and which will, in
the Borough's opinion, give it the right to terminate this Contract unless such default is
corrected within a reasonable period of time, but in no event more than seven (7) days.
Material Breach by the Contractor. A material breach shall be deemed to include but not be
limited to, the Contractor's failure (i) to provide transportation services; (ii) to make good
faith efforts to end an Emergency within thirty (30) days of its commencement; (iii) to
provide and continue to provide the required insurance coverage.
Force Majeure. A Force Majeure event for purposes of this Contract shall include an Act of
God, a natural disaster, acts of war, riots and/or a judicial injunction. Notwithstanding
anything contained in this Contract to the contrary, if a Force Majeure event occurs, the
Contractor shall not be deemed in default under this Contract to the extent that such
event was beyond the control of the Contractor. The Contractor shall notify the Borough
in writing that a Force Majeure event has occurred no later than three (3) days after the
date the Contractor knew or should have known of the occurrence of any Force Majeure
event.
Event of Default by the Borough. An Event of Default on the part of the Borough is the
failure on the part of the Borough to pay any amount required to be paid to the Contractor
under this Contract after written demand made no sooner than the forty-fifth (45th) day
after submission of the subject invoice and purchase order that unless such amount is
paid within fifteen (15) days after such demand, the default will constitute a breach, if
such amount is not so paid. If payment has not been made by the Borough to the
37
Contractor because of a legitimate dispute over the amount owed, and payment has been
made by the Borough of any undisputed amounts, failure to pay the remainder while the
dispute is pending shall not constitute a breach by the Borough.
Termination of Contract. The Borough shall have the right to terminate this Contract without
cause upon forty-five (45) days written notice to the Contractor. Provided, however, either
party shall have the right to terminate this Contract for cause in the event of default in
accordance with this article; however, the same shall be exercised only upon giving a written
fifteen (15) days' notice to the defaulting party. The Contractor may not discontinue hauling
of the liquid sludge until the termination notice contemplated by this article has been sent
and the fifteen (15) days have expired from the date of receipt of the notice of termination.
TEMPORARY SUSPENSIONS
The Borough shall have the right to suspend the services provided by the Contractor on a
temporary basis due to malfunction or temporary shut down by the Borough. The Contractor
will be given a ten (10) day notice of any planned temporary suspensions. The Contractor
will be notified by phone within 24 hours of any unplanned suspension.
EVIDENCE OF AMOUNT HAULED
All invoices submitted by the Contractor for payment shall include as evidence all signed
manifest record forms which shall tabulate the amount of liquid sludge in gallons and the
number of trucks filled with liquid sludge hauled for the billing month.
INDEMNITY
The Contractor agrees to indemnify and defend the Borough and its agents, servants,
employees, and representatives, from any claim, liability, or loss with respect to property
damage and personal injury, including reasonable attorney's fees, resulting in whole or in
part from breach of this contract or from the acts or omissions of the Contractor, its
employees, agents, officers arising out of or relating to the work. This liability shall not be
limited in type or amount by any applicable Workmen's Compensation Law.
GOVERNING LAW
This Contract is governed by and is to be construed and enforced in accordance with the
laws of New Jersey as though made and to be fully performed in New Jersey (without regard
to the conflicts of law rules of New Jersey).
PARTIAL INVALIDITY
If any term, covenant or condition of this Contract or the application thereof to any person
or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this
Contract or the affiliation of such term, covenant or condition to persons or circumstances
other than those as to which it is held invalid or unenforceable, shall not be affected thereby
and each term, covenant or condition of this Contract shall be valid and be enforced to the
fullest extent permitted by law.
If any term or condition of this Contract or any application of this Contract shall be
determined to be contrary to the laws of the State of New Jersey or the United States, then
such term or condition or application shall not be deemed valid except to the extent
permitted by law, but all other terms and conditions or applications shall continue in fall
force and effect.
38
WAIVERS
Neither inspection by the Borough Utility nor any of its agents, nor any orders,
measurement, or certificate by the Borough or its agents, nor any order by the Borough
Utility for the payment of money nor payment for, not acceptance of, the whole nor any
part of the work, nor any extension of time, shall operate as a waiver of any provisions of
this Contract.
RESPONSIBILITY OF THE BOROUGH
The Borough or its authorized agents or employees shall decide any and all questions which
may arise as to the quality and acceptability of the work furnished and/or performed,
interpretation of specifications, and all questions as to the acceptable fulfillment of the
Contract of the part of the Contractor.
NOTICES
All notices made pursuant to this Contract shall be in writing and delivered personally or
sent by facsimile or electronic mail, to the parties at the address set forth at the end of
this section.
Either party may change the address to which notices are to be sent to it, by giving
ten (10) days written notice of such change of address to the other party.
39
This Agreement shall become effective on ______________________, 2025.
OWNER
CONTRACTOR
Borough of Florham Park
By
By
__________________________
Mark Taylor, Mayor
(Corporate Seal)
(Corporate Seal)
Attest
Attest
Danielle Lewis, RMC
Borough Clerk
Address for giving notices
Address for giving notices
Michael Sgaramella, PE, CME
Director of Water and Sewer
Borough Engineer
111 Ridgedale Avenue
Florham Park, NJ 07932
Danielle Lewis, R.M.C.
Borough Clerk
111 Ridgedale Avenue
Florham Park, NJ 07932
Note: if Contractor is a corporation, an affidavit giving the principal the right to sign the
agreement must accompany the executed agreement.
40
41
42
43
--- Document: FP 25-07 - Fernwood Road Resurfacing and Safety Improvement Project ---
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA, Purchasing Agent
P:973-410-5318
Fax:973-410-5498
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the
Borough of Florham Park on Tuesday, September 23, 2025 at 10:00 AM local
prevailing time at the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale
Avenue, Florham Park, NJ 07932 at which time and place bids will be opened and
read in public for:
FERNWOOD ROAD RESURFACING AND SAFETY IMPROVEMENT
PROJECT
NJDOT FY 2024 MUNICIPAL AID
CONTRACT # FP25-07
The project generally consists of road improvements to Fernwood Road, a total length
of approximately 2,174 linear feet. The roadway improvement work generally
consists of roadway milling and paving with striping, resetting of pavers and repair
of concrete curb. A guide rail will be installed along the north side of Fernwood Road
to improve roadway safety. All pavement milling, hot mix asphalt base and surface
course layers, traffic striping and markings, and other incidental work all in the
Borough of Florham Park in accordance with the form of proposal, contract and
specifications prepared by the Borough’s Engineering Department. The NJDOT 2019
Standard Specifications for Road and Bridge Construction, and as amended herein,
shall govern the construction of this project.
Anyone interested in picking up a bid package should contact Lisa Amato at 973-410-
5353 or lamato@fpboro.net at the Borough’s Tax Collector’s Office from 9:00 AM to
4:00 PM Monday thru Friday. Bidders will be furnished with a copy of the Contract
Documents, Plans, and Specifications on proper notice. A non-refundable charge of
$50.00 per set shall be paid to the Borough of Florham Park for hardcopies. Plans
and specifications will also be available on CD or USB flash drive for a non-refundable
charge of $10.00. Payment must be in the form of exact cash, certified check, or
money order made out to the Borough of Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the
Schedule of Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract
and Contract number; and shall contain the name and address of the Bidder on the
envelope. The sealed Bid must be addressed to the Borough Clerk of Florham Park
at the Borough Hall address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and
that award will not be made to any bidder whom the Commissioner of Labor and
Industry does not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check,
cashier’s check, or bid bond on the form provided of not less than 10% of the amount
of bid (based on a 1 year quantity shown on Bid Proposal Form). Said check or bid
bond may not be less than $500 nor shall it be more than $20,000 and must be
accompanied by a Consent of Surety statement in the form provided from a Surety
Company stating that the Surety Company will provide the bidder with a bond for
100% of the Contract amount in the event that the Contract is awarded to the bidder.
A Non-Collusion Affidavit and a Record of Recent Contract Awards must also
accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with
N.J.S.A. 40A:11-23(c) (1). All interested bidders should check the website from now
through bid opening. It is the sole responsibility of the respondent to be
knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27
et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR
MAY BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS
SHALL BE SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND
SPECIFICATION BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by
the New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127.
Bidders are further required to comply with the requirements of N.J.S.A. 10:5-31 et
seq. and N.J.A.C. 17:27 for an affirmative action program for equal employment
opportunity. If awarded a contract, your company/firm will be required to comply
with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C.
17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public
Contracts Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the
requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law.
Bidders must submit a statement in accordance with N.J.S.A. 52:25-24.2 of all
owners of the corporation setting forth the names and addresses of all the
stockholders in the corporation or members of the partnership who own ten percent
(10%) or more of its stock, or have a ten percent (10%) or greater interest in the
case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract
will be awarded to the lowest responsible bidder, or all proposals will be rejected
within sixty (60) days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons.
The prices bid for various items of work shall not be adjusted due to the deletion of
any work and due to the variation of any quantity for the various items scheduled in
the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to
reject any or all bids, to reject unbalanced bids, to waive any informality therein in
any bid, and to accept any bid that will be in the best interest of the Borough of
Florham Park according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
--- Document: FP 25-08 Beacon Hill Waterspheroid Water Storage Tank Rehabilitation ---
497
062022-NF (Rev. No. 32)
NB-1
pw:\\507101502
BOROUGH OF FLORHAM PARK
MORRIS COUNTY, NEW JERSEY
BEACON HILL WATERSPHEROID
WATER STORAGE TANK REHABILITATION
CONTRACT NO. 25-08
NOTICE TO BIDDERS
NOTICE is hereby given that sealed bids will be received by the Borough of Florham Park (here-
inafter called the "Owner") for:
BEACON HILL WATERSPHEROID
WATER STORAGE TANK REHABILITATION
CONTRACT NO. 25-08
Sealed bids for the above named Contract, which comprises the repair and repainting of a
waterspheroid storage tank within the Borough of Florham Park, Morris County, New Jersey
("Owner"), will be received at the Borough Clerk’s Office, Borough Hall, 111 Ridgedale Avenue,
Florham Park, New Jersey 07932 on June 26th, 2025 , at 10:00 a.m. prevailing time, at which time
they will be publicly unsealed and the contents publicly announced.
The work includes the furnishing of all labor, materials and equipment necessary to complete the
work as shown on the Drawings and as described in the Specifications work consists of the removal
of existing coatings and application of new coating systems on the interior and exterior of the tank
and repairs/modifications to comply with current codes and regulations. Work will include
modifications to existing tank to accommodate cell carrier modifications. The work is located adjacent
to Beacon Hill Road within a residential area of the Borough of Florham Park and includes site work,
steel work, painting and general construction. The tank is a 250,000-gallon waterspheroid tank, 121
feet high and 45 feet in diameter at its widest point. The work shall be completed within 90 calendar
days of the Contractor's receipt of written Notice to Proceed.
No bid will be received unless in writing on the forms furnished, and unless accompanied by bid
security in the form of a bid bond, cashier's check, or a certified check made payable to the Borough
of Florham Park in an amount equal to 10% of the amount of the total bid, but not exceeding $20,000.
The bid shall be accompanied by a Certificate of Surety on the form included in the Contract Docu-
ments, from a surety company licensed to do business in the State of New Jersey, which shall
represent that the surety company will provide the Contractor with the required bonds in the sums
required in the Contract Documents and in a form satisfactory to the Owner's Attorney and in
compliance with the requirements of law.
Bidders must use the prepared bid form which is contained in the Contract Documents. Each
individual proposal must be separately enclosed in a sealed envelope addressed to the Borough
Clerk, 111 Ridgedale Avenue, Florham Park, New Jersey 07932 marked on the outside with the
number of the contract(s) and name of the project being bid on.
A Pre-Bid Conference will be held at the project site, near Beacon Hill Road, Florham Park, New
Jersey 07932 on June 5th, 2025 , at 10:00 a.m. prevailing time. Contractors are strongly
encouraged to attend the Pre-Bid Conference.
No bids will be received after the time and date specified, and no bids will be received by mail. Bids
shall be received by courier service (date and time recorded) or shall be hand delivered. The Owner
shall award the Contract or reject all bids within 60 days of bid opening, except that the bids of any
bidders who consent thereto may, at the request of the Owner, be held for consideration for such
longer period as may be agreed.
497
062022-NF (Rev. No. 32)
NB-2
pw:\\507101502
The Owner will tabulate the bids and any award will be made to the lowest responsible bidder in
accordance with N.J.S.A. 40A:11-4. The Owner reserves the right to reject all bids pursuant to
N.J.S.A. 40A:11-13.2.
All bid security except the security of the three apparent lowest responsible bidders shall be returned,
unless otherwise requested by the bidder, within ten (10) days after the opening of the bids, Sundays
and holidays excepted, and the bids of the bidders whose bid security is returned shall be considered
withdrawn.
Each bidder must submit with his bid a signed certificate stating that he owns, leases or controls all
the necessary equipment required to accomplish the work shown and described in the Contract
Documents. Should the bidder not be the actual owner or lessee of such equipment, his certificate
shall state the source from which the equipment will be obtained and, in addition, shall be
accompanied by a signed certificate from the owner or person in control of the equipment definitely
granting to the bidder the control of the equipment required during such time as may be necessary for
the completion of that portion of the Contract for which it is necessary. The bidder shall comply with
the documentation requirements set forth in the Article of the Information for Bidders, entitled, "Bidder
Submissions".
The successful bidder will be required to submit bonds and proof of insurance on or before execution
of their respective Contracts as explained in the Contract Documents.
Bidders are required to comply with all relevant Federal and State Statutes, Rules and Regulations
including but not limited to the applicable provisions of Title VI of the Civil Rights Act of 1964, as
amended (42 USC 2000d-2000D-4A), the discrimination and affirmative action provisions of N.J.S.A.
10:2-1 through 10:2-4, the New Jersey Law against Discrimination, N.J.S.A. 10:5-1, et seq., the rules
and regulations promulgated pursuant thereto, the State requirement for bidders to supply statements
of ownership (N.J.S.A. 52:25-24.2) and the State requirement for submission of the names and
addresses of certain subcontractors (N.J.S.A. 40A:11-16).
The Contract Documents are available for purchase at the Borough of Florham Park Wastewater
Treatment Facility, located at 31 Vreeland Road in Florham Park, NJ 07932. The cost for the
Contract Documents is $50.00 for each set of full-sized drawings and specifications and $10.00
for an electronic copy on a USB memory stick. Acceptable forms of payment are check or exact
cash amounts. No change can be provided. Potential bidders must schedule the purchase of the
Contract Documents in advance with Suzanne Herold by calling 973-377-1330 or by email
request to sherold@fpboro.net. No unannounced visitors will be granted access to the facility.
The cost for Contract Documents is non-refundable.
Pursuant to N.J.S.A. 10:5-31 et seq., bidders are required to comply with the requirements of
N.J.A.C. 17:27.
Each Bidder must submit with his bid an "Ownership Disclosure Statement" and is requested to
submit with his bid the "Non-Collusion Affidavit" on the forms included in the Contract Documents.
Bidders and their subcontractors of any tier must comply with all applicable provisions of the Public
Works Contractor Registration Act (N.J.S.A. 34:11-56.48) and the New Jersey Prevailing Wage Act
(N.J.S.A. 34:11-56.25). P.L. 2021, c. 301 requires that if a Contract is subject to the Prevailing Wage
Act and the contractor submitting the lowest bid for a Contract is 10 percent (or more) lower than the
next lowest bid, the bidder must certify to the public body that the prevailing wage rates required by
the Act shall be paid. If the Bidder does not provide the certification prior to the award of the contract,
the public body will award the Contract to the next lowest responsible and responsive Bidder. Further,
P.L. 2021, c. 301 also amended N.J.S.A. 34:11-56.27 to require that any Contract for public work
expressly stipulate that workers performing work under the contract shall not be paid less than the
required prevailing wage rate. Contractors and their sureties shall be liable to the public body, any
497
062022-NF (Rev. No. 32)
NB-3
pw:\\507101502
lessee to whom the public body is leasing a property or premises or to any lessor from whom the
public body is leasing or will be leasing a property or premises, for any excess costs occasioned by
the termination of their right to proceed with the work, or such part of the work as to which there has
been a failure to pay required wages.
Pursuant to N.J.S.A. 52:32-44, all business organizations that conduct business with a New Jersey
government agency are required to be registered with the State of New Jersey. Bidders and their
subcontractors must submit proof that they are registered with the New Jersey Department of
Treasury, Division of Revenue by submitting a copy of their Business Registration Certificate prior to
Contract award.
It is the purpose of this Notice to Bidders to summarize some of the more important provisions of the
Contract Documents. Prospective bidders are cautioned not to rely solely on this summary, but to
read the Contract Documents in their entirety.
By Order of the Borough of Florham Park
Borough Clerk
--- Document: FP 25-09 Mann Ave Sewer Replacement ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on TUESDAY, AUGUST 5, 2025 at 10:00 AM local prevailing time at the
Borough Clerk’s Office, Borough Hall, 111 Ridgedale Avenue, Florham Park, NJ 07932 at
which time and place bids will be opened and read in public for:
MANN AVE SEWER REPLACEMENT CONTRACT #FP25-09
The project generally consists of the installation of approximately 220 linear feet of gravity
sanitary sewer main lines, sanitary sewer manholes, and residential laterals, cleanouts, and
check valves serving four (4) residential properties along Mann Avenue within the Borough
of Florham Park. The work generally consists of roadway and utility excavation, installation
of the sewer piping, manholes, laterals, cleanouts, and check valves, as well as restoration
of all disturbed areas, including roadway restoration consisting of dense graded aggregate
and hot mix asphalt base course, and other incidental work, all in the Borough of Florham
Park in accordance with the form of proposal, contract and specifications prepared by the
Borough’s Engineering Consultant, Greenman-Pedersen, Inc. The NJDOT 2019 Standard
Specifications for Road and Bridge Construction, and as amended herein, shall govern the
construction of this project.
Bid packages may be picked up or viewed at the Florham Park Water Pollution Control
Facility located at 31 Vreeland Road, Florham Park by appointment only via electronic
request to Suzanne Herold at sherold@fpboro.net between the hours of 8:00 AM to 3:00
PM weekdays. Plans and Specifications may be purchased for $70 for hardcopy or $10 for
electronic copy on USB drive using exact cash amount or bank check made out to the
Borough of Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the Schedule of
Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1-year quantity shown on Bid Proposal Form). Said check or bid bond may not be less
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
than $500 nor shall it be more than $20,000 and must be accompanied by a Consent of
Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the event
that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record of Recent
Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the New
Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements of
N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts Law,
N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L. 1977,
Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement in
accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting forth the names
and addresses of all the stockholders in the corporation or members of the partnership who
own ten percent (10%) or more of its stock, or have a ten percent (10%) or greater interest
in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the contract
after the award of the bid has been made due to funding or other reasons. The prices bid
for various items of work shall not be adjusted due to the deletion of any work and due to
the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park according
to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
--- Document: FP 25-10 - Carrigan Lane Sewer ---
1
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on TUESDAY, AUGUST 26, 2025 at 10:00 AM local prevailing time at
the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ
07932 at which time and place bids will be opened and read in public for:
CARRIGAN LANE SANITARY SEWER PROJECT #FP25-10
The project generally consists of the installation of a sewer pump station, gravity sewer
main lines, resident lateral and cleanouts, sewer manholes, and a PVC force main serving
twelve (12) residents along Burnet Road and Carrigan Lane within the Borough of Florham
Park. The pump station, force main, and a portion of the gravity main will be located within
a utility easement on a private property within Florham Park defined as Block 1401, Lot
3.02. The project work generally consists of tree removal, roadway and utility excavation,
installation of sewer piping, manholes, laterals, cleanouts, force main piping, grading and
profiling and access road at the end of Carrigan Lane, installation of perimeter fencing and
gates, granite block curb installation, dense aggregate base course installation, partial full
depth pavement re-construction, installation of base course and surface course layers of
hot mix asphalt pavement. In addition, installation of electrical control equipment for the
pump station, that is furnished by the Borough of Florham Park, and coordination with the
Borough’s Pump Station Control System Provider; and other incidental work all in the
Borough of Florham Park in accordance with the form of proposal, contract and
specifications prepared by the Borough’s Engineering Consultant, Greenman-Pedersen, Inc.
Bid packages may be picked up or viewed at the Florham Park Water Pollution Control
Facility located at 31 Vreeland Road, Florham Park by appointment only via electronic
request to Suzanne Herold at sherold@fpboro.net between the hours of 8:00 AM to 3:00
PM weekdays. Plans and Specifications may be purchased for $70 for hardcopy or $10 for
electronic copy on USB drive using exact cash amount or bank check made out to the
Borough of Florham Park.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
2
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1-year quantity shown on Bid Proposal Form). Said check or bid bond may not be less
than $500 nor shall it be more than $20,000 and must be accompanied by a Consent of
Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the event
that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record of Recent
Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the New
Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements of
N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts Law,
N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L. 1977,
Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement in
accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting forth the names
and addresses of all the stockholders in the corporation or members of the partnership who
own ten percent (10%) or more of its stock, or have a ten percent (10%) or greater interest
in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the contract
after the award of the bid has been made due to funding or other reasons. The prices bid
for various items of work shall not be adjusted due to the deletion of any work and due to
the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
3
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park according
to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
--- Document: Document ---
REV 1/2021
1
CLEANING BID
CONTRACT #FP25-11
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Wed, December 10 ,2025 at 11AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which
time and place bids will be opened and read in public for:
Bid
packages
may
be
picked
up
or
sent
by
electronic
request
to
at
pvisco@florhamparknj.gov
The Bid will be based upon the LOWEST ANNUAL COST FOR THE YEARS 2026 AND 2027.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1-year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
REV 1/2021
2
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
REV 1/2021
3
BOROUGH OF FLORHAM PARK
GENERAL INSTRUCTIONS
1.
SUBMISSION OF BIDS
A. Sealed bids shall be received in accordance with public advertisement as required by law,
a copy of said notice being attached hereto and made a part of these specifications.
B. Each bid shall be submitted on the proposal form attached, in a sealed envelope
(1) Addressed to the Borough Clerk
(2) Bearing the name and address of the bidder on the outside
(3) Clearly marked “BID” with the name of the item(s) being bid. Provide One (1) Original
& One (1) copy of the bid. Faxed or emailed bids will NOT be accepted.
(4) We are storing all responses electronically, therefore submit all pages of the response
on a CD or USB flash drive in addition to the printed copies. Bidders name to be
identified on either the CD or USB flash drive being submitted.
C. It is the bidder’s responsibility to see that bids are presented to the Borough Clerk on the
hour and at the place designated. Bids may be hand delivered or mailed; however, the
Borough disclaims any responsibility for bids forwarded by regular or express mail. If the
bid is sent by express mail, the designation in B. above must also appear on the
outside of the express company envelope. Bids received after the designated time and
date will be returned unopened.
D. The Borough reserves the right to postpone the date for presentation and opening of bids
and will give written notice of any such postponement to each perspective bidder as
required by law.
E. Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn
upon written application of the bidder who shall be required to produce evidence showing
that the individual is or represents the principal or principals involved in the bid. Once bids
have been opened, they shall remain firm for a period of sixty (60) calendar days.
F. Each bid proposal form must give the full business address, business phone, fax, e-mail,
the contact person of the bidder, and be signed by an authorized representative as follows:
• Bids by partnerships must be signed in the partnership name by one of the members
of the partnership or by an authorized representative followed by the signature and
designation of the person signing.
• Bids by corporations must be signed in the legal name of the corporation, followed
by the name of the State in which incorporated and must contain the signature and
designation of the president, secretary or other person authorized to bind the
corporation in the matter.
• Bids by sole-proprietorship shall be signed by the proprietor.
• When requested, satisfactory evidence of the authority of the officer signing shall be
furnished.
G. Multiple Bids Not Accepted
More than one bid from an individual, a firm or partnership, a corporation or association
under the same or different names shall not be considered.
H. All addenda are posted on the Borough’s website and issued in accordance with N.J.S.A.
40A:11-23(c) (1). Potential bidders are cautioned that they are bidding at their own risk if
a third party supplied the specifications that may or may not be complete. The Borough of
Florham Park is not responsible for third party supplied specifications.
I. Results of all bids are posted on the Borough’s website.
REV 1/2021
4
2.
BID SECURITY
The following provisions, if indicated by an (x), shall be applicable to this bid and be
made a part of the bidding documents:
A.
BID GUARANTEE
Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount
of ten percent (10%) of the total price bid (based on a one-year quantity on the Bid Proposal
Form), but not in excess of $20,000, payable unconditionally to the Borough.
When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond
from a surety company authorized to do business in the State of New Jersey and acceptable
to the Borough.
The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law.
The check or bond of the bidder to whom the contract is awarded shall be retained until a
contract is executed and the required performance bond or other security is submitted.
The check or bond of the successful bidder shall be forfeited if bidder fails to enter into
contract pursuant to statute. Failure to submit required guarantee shall be cause for
rejection of the bid.
B.
BIDDER’S AFFIDAVIT
Bidder shall submit authorization to execute bid and deem it as a true offer of the Bidder.
C.
CONSENT OF SURETY
Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for
full amount of bid price from a Surety Company authorized to do business in the State of
New Jersey and acceptable to the Borough stating that it will provide said bidder to whom
the contract is awarded will furnish Performance and Payment Bonds from an acceptable
surety company on behalf of said bidder, in performance security equal to the total amount
of the contract, pursuant to statute.
Failure to submit this shall be cause for rejection of the bid.
D.
PERFORMANCE BOND
Successful bidder shall simultaneously with the delivery of the executed contract, submit
an executed bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract.
The performance bond provided shall not be released until final acceptance of the whole
work and then only if any liens or claims have been satisfied. The surety on such bond or
bonds shall be a duly authorized surety company authorized to do business in the State of
New Jersey pursuant to N.J.S.A. 17:31-5. For multi-year contracts, the Performance Bond
may be resubmitted each year on the Contract Anniversary Date for the amount remaining
on the contract.
Failure to submit this with the executed contract shall be cause for declaring contract null
and void pursuant to N.J.S.A. 40A:11-22.
D.
LABOR AND MATERIAL (PAYMENT) BOND
The successful bidder shall with the delivery for the performance bond submit an executed
payment bond to guarantee payment to laborers and suppliers for the labor and material
used in the work performed under the contract.
Failure to submit a labor and material bond with the performance bond shall be cause for
declaring the contract null and void.
E.
MAINTENANCE BOND
REV 1/2021
5
Upon acceptance of the work by the Borough, the contractor shall submit a maintenance
bond (N.J.S.A. 40A:1-16.3) in an amount not to exceed 100% of the project costs
guaranteeing against defective quality of work or materials for the period of:
1 Year
2 Years
3.
PREPARATION OF BIDS (PRICING INFORMATION AND FORMS)
A. (1) The Borough of Florham Park is exempt from any local, state or federal sales, use or
excise tax. Florham Park Borough will not pay for New Jersey State Sales and Use Tax
that are included in any invoices. Florham Park Borough will not pay service charges
such as interest and late fees.
(2) The Borough of Florham Park or any of its offices and divisions will not complete credit
applications as a result of contract(s) resulting from award based on these
specifications.
The Borough of Florham Park is rated by:
Moody’s Investors Services: Aaa
B. Bids shall be signed in ink (Original Signature Required) by the bidder, all quotations shall
be made with a typewriter/computer or pen and ink. Any quotation showing any erasure
alteration must be initialed by the bidder in ink. Unit prices and totals are to be inserted in
spaces provided.
C. Failure to sign and give all information in the bid may result in the bid being rejected.
D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The Borough has
attempted to identify the item(s) and the estimated amounts of each item bid to cover its
requirements; however, past experience shows that the amount ordered may be different
than that submitted for bidding. The right is reserved to decrease or increase the quantities
specified in the specifications pursuant to N.J.A.C. 5:30-11.2 and 11.10. NO MINIMUM
PURCHASE IS IMPLIED OR GUARANTEED.
E. Bidders shall insert prices for furnishing goods and services required by these specifications.
Prices shall be net including any charges for packing, crating, containers etc. All
transportation charges shall be fully prepaid by the contractor, F.O.B. destination and
placement at locations specified by the Borough. No additional charges will be allowed for
any transportation costs resulting from partial shipments made at vendor’s convenience
when a single shipment is ordered.
F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid
may be withdrawn in the 60-day period after the bids are received.
G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE
BID DOCUMENT CHECKLIST PAGE.
H. Results of all bids are posted on the Borough website www.fpboro.net
4.
FIRM FIXED CONTRACT
This is a firm fixed contract, prices firm, FOB Borough of Florham Park locations. No price
escalation. The vendor shall void the contract and permit Florham Park Borough to solicit open
market pricing should any price increase or surcharge be imposed.
5.
INTERPRETATIONS AND ADDENDA
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the Borough. The bidder accepts the obligation to become familiar with these
specifications.
REV 1/2021
6
B. Bidders are expected to examine the specifications and related documents with care and
observe all their requirements. Ambiguities, errors or omissions noted by bidders should
be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to
notify the Borough of such ambiguities, errors or omissions, the bidder shall be bound by
the bid.
C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every
request for an interpretation shall be in writing, addressed to the Purchasing Agent,
referencing the Contract Name and Contract Number in the subject line, at
pvisco@fpboro.net. In order to be given consideration, written requests for interpretation
and or clarification must be received at last three (3) business days prior to the date fixed
for the opening of the bids.
D. All interpretations, clarifications and any supplemental instructions will be in the form of
written addenda to the specifications, and will be distributed to all prospective bidders. All
addenda so issued shall become part of the specification and bid documents, and shall be
acknowledged by the bidder by completing the Acknowledgement of Receipt of Addenda
form. The Borough’s interpretations or corrections thereof shall be final.
Pursuant to N.J.S.A. 40A:11-23(c)(1) when issuing addenda, the owner shall provide
required notice prior to official receipt of bids to any person who has submitted a bid or who
has received a bid package. They will be sent via electronic transmissions to those known
recipients of the bid specifications.
E. Discrepancies in Bids
1. If the amount shown in words and its equivalent figures do not agree, the written words
shall be binding. Ditto marks are not considered writing or printing and shall not be
used.
2. In the event that there is a discrepancy between the unit prices and the extended totals,
the unit price shall prevail. In the event there is an error of the summation of the
extended totals, the computation by the Borough of the extended totals shall govern.
6.
BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE
A. Brand names and or descriptions used in this bid are to acquaint bidders with the type of
commodity desired and will be used as a standard by which alternate or competitive
materials offered will be judged. Competitive items must be equal to the standard described
and be of the same quality of work.
B. Variations between the goods and services described and the goods and services offered
are to be fully identified and explained by the bidder on a separate sheet and submitted
with the bid proposal form. Vendor’s literature will not suffice in explaining exceptions to
these specifications. In the absence of any exceptions by the bidder, it will be presumed
and required that materials as described in the proposal be delivered.
C. It is the responsibility of the bidder to demonstrate the equivalency of goods and services
offered. The Borough reserves the right to evaluate equivalency of a product which, in its
deliberations, meets its requirements.
D. In submitting its bid, the bidder certifies that the goods or services to be furnished will not
infringe upon any valid patent or trademark and that the successful bidder shall, at its own
expense, defend any and all actions or suits charging such infringement, and will save the
Borough harmless from any damages resulting from such infringement.
E. Only manufactured and farm products of the United States, wherever available, shall be
used pursuant to N.J.S.A. 40A:11-18.
REV 1/2021
7
F. Wherever practical and economical to the Borough, it is desired that recycled or recyclable
products be provided. Please indicate when recycled products are being offered.
G. The contractor shall guarantee any or all goods and services supplied under these
specifications. Defective or inferior goods shall be replaced at the expense of the contractor.
The contractor will be responsible for return freight or restocking charges.
7.
METHOD OF CONTRACT AWARD
A. The Borough reserves the right to accept or reject any or all bids, to waive identified
irregularities and technicalities, and to award in whole or in part to the lowest responsible
bidder, if it is in the best interest of the Borough to do so. Without limiting the generality
of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected, any
bid having erasures or corrections in the price sheet may be rejected, any bid in which unit
prices are omitted, or in which unit/total prices are unbalanced, may be rejected, any bid
accompanied by any insufficient or irregular certified check, cashier’s check or bid bond
may be rejected.
B. The Borough further reserves the right to award each item separately to the lowest
responsible bidder meeting specifications or to make an award based on the total bid to the
bidder whose total sum is the low bid meeting the specifications, whichever in the awarding
authorities’ opinion is in the best interest of the Borough. Without limiting the generality
of the foregoing, the Borough reserves the right to award a contract based on either option
that may be described in the bid proposal or based on any combination thereof.
C. The Borough may also elect to award the contract on the basis of unit prices.
D. The Borough reserves the right to award equal or tie bids at their discretion to any one of
the tie bidders.
E. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the
Borough may then, at its option, accept the bid of the next lowest responsible bidder.
F. The effective period of this contract will be two years unless otherwise noted in the
specifications. Continuation of the terms of this contract beyond the fiscal year is contingent
on availability of funds in the following year’s budget. In the event of unavailability of such
funds, the Borough reserves the right to cancel this contract.
G. The form of contract shall be submitted by the Borough to the successful bidder. Terms of
the specifications/bid package prevail. Bidder exceptions must be formally accepted by the
Borough; material exceptions shall not be approved.
H. Government entities are not private business/consumer clients; therefore, separate
company agreements are not honored. Terms of the specifications/bid package prevail
unless otherwise noted by the vendor as exceptions.
8.
CAUSES FOR REJECTING BIDS
Bids may be rejected for any of the following reasons:
A. All bids pursuant to N.J.S.A. 40A:11-13.2;
B. If more than one bid is received from an individual, firm or partnership, corporation or
association under the same name;
C. Multiple bids from an agent representing competing bidders;
D. The bid is inappropriately unbalanced;
E. If the successful bidder fails to enter into a contract within 21 days, Sundays and holidays
excepted, or as otherwise agreed upon by the parties to the contract. In this case at its
REV 1/2021
8
option, the Borough may accept the bid of the next lowest responsible bidder. (N.J.S.A.
40A:11-24b)
9.
NEW JERSEY PREVAILING AGE ACT (When Applicable) N.J.S.A. 34:11-56.25 et seq.
Pursuant to N.J.S.A. 34:11-56.25 et seq, contractors on projects for public work shall adhere
to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to
submit a certified payroll record to the owner within ten (10) days of the payment of wages.
The contractor is also responsible for obtaining and submitting all subcontractors’ certified
payroll records within the aforementioned time period. The contractor shall submit said
certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It is the contractor’s
responsibility to obtain any additional copies of the certified payroll form to be submitted by
contacting the New Jersey Department of Labor and Workforce Development, Division of
Workplace
Standards.
Additional
information
is
available
at
http://lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html.
10.
THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT–N.J.S.A. 34:11-56.48 et seq.
N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed
subcontractors named in the contractor’s bid proposal shall possess a certificate at the time
the bid proposal is submitted. After bid proposals are received and prior to award of contract,
the successful contractor shall submit a copy of the contractor’s certification along with those
of all listed subcontractors. All non-listed subcontractors and lower tier sub-subcontractors
shall be registered prior to starting work on the project. It is the general contractor’s
responsibility that all non-listed sub-contractors at any tier have their certificate prior to
starting work on the job.
Under the law a “contractor” is “a person, partnership, association, joint stock company, trust,
corporation or other legal business entity or successor thereof who enters into a contract” which
is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34: 11-56.25, et
seq.) It applies to contractors based in New Jersey or in another state.
The law defines “public works projects” as contracts for “public work” as defined in the
Prevailing Wage statue (N.J.S.A. 34:11-56.25(5)). The term means:
•
“Construction, reconstruction, demolition, alteration, or repair work, or maintenance
work, including painting and decorating, done under contract and paid for in whole or
in part out of the funds of a public body, except work performed under a rehabilitation
program.
•
“Public work” shall also mean construction, reconstruction, demolition, alteration, or
repair work, done on any property or premises, whether or not the work is paid for from
public funds…”
•
“Maintenance work” means the repair of existing facilities when the size, type or extent
of such facilities is not thereby changed or increased. While “maintenance” includes
painting and decorating and is covered under the law, it does not include work such as
routine landscape maintenance or janitorial services.
To register, a contractor must provide the State Department of Labor and Workforce
Development with a full and accurately completed application form. The form is available online
at http://lwd.dol.state.nj.us/labor/wagehour/regperm/pw_cont_reg.html.
N.J.S.A. 34:11-56.55 specifically prohibits accepting applications for registration as a substitute
for a certificate or registration.
11.
NON-COLLUSION AFFIDAVIT – N.J.S.A. 52:34-15
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed
and submitted intact with the proposal.
12.
NEW JERSEY ANTI-DISCRIMINATION – N.J.S.A. 10:2-1
REV 1/2021
9
There shall be no discrimination against any employee engaged in the work required to produce
the goods and services covered by any contract resulting from this bid, or against any applicant
to such employment because of race, religion, sex, national origin, creed, color, ancestry, age,
marital status, affectional or sexual orientation, familial status, liability for service in the Armed
Forces of the United States, or nationality. This provision shall include, but not be limited to
the following: employment upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation, and selection
for training, including apprenticeship. The contractor shall insert a similar provision in all
subcontracts for services to be covered by any contract resulting from this bid.
13.
MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE – N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17-27 et seq.
No firm may be issued a contract unless it complies with the affirmative action provisions of
N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. as administered by the Division of
Purchase & Property Contract Compliance and Audit Unit (Division) and provided below. The
contract will include the language included as attachment A in this specification.
1. Goods, Professional Services and Service Contracts
Each contractor shall submit to the public agency, after notification of award but prior to
execution of a goods and services contract, one of the following three documents:
i.
A Letter of Federal Approval indicating that the vendor is under an existing federally
approved or sanctioned affirmative action program. A copy of the letter must be
provided by the vendor to the Public Agency and Division. This approval letter is valid
for one year from the date of issuance.
ii. A Certificate of Employee Information Report (hereafter “Certificate”), issued in
accordance with N.J.A.C. 17:27 et seq. The vendor must provide a copy of the
Certificate to the Public Agency as evidence of its compliance with the regulations. The
Certificate represents the review and approval of the vendor’s Employee Information
Report, Form AA-302 by the Division
iii. The successful bidder shall complete an Initial Employee Report, Form AA-302 and
submit it to the Division with a check or money order for $150.00 made payable to
“Treasurer, State of New Jersey" www.state.nj.us/treasury/contract_compliance
2. Construction Contracts
All successful contractors shall complete and submit an Initial Project Manning Report
(AA201-available
on-line
at
www.state.nj.us/treasury/contract_compliance
upon
notification of award. Proper completion and submission of this Report shall constitute
evidence of the contractor’s compliance with the regulations. Failure to submit this form
may result in the contract being terminated. The contractor also agrees to submit a copy
of the Monthly Project Workforce Report, Form AA-202 once a month thereafter for the
duration of the contract to the Department of LWD and to the Public Agency.
14.
AMERICANS WITH DISABILITIES ACT OF 1990 – 42 U.S.C. S121 01 et seq.
Discrimination on the basis of disability in contracting for the purchase of goods and services
is prohibited. Bidders are required to read Americans with Disabilities language that is included
in this specification and agree that the provisions of Title II of the Act are made a part of the
contract. The contractor is obligated to comply with the Act and to hold the Borough harmless.
15.
WORKER AND COMMUNITY RIGHT TO KNOW ACT – N.J.S.A. 34:5A-1 et seq.
The manufacturer or supplier of chemical substances or mixtures shall label them in accordance
with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C.
5:89-5 et seq.).
REV 1/2021
10
All direct use containers shall bear a label indicating the chemical name(s) and Chemical
Abstracts Service number(s) of all hazardous substances in the container, and all other
substances which are among the five most predominant substances in the container, or their
trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The
Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S.
Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS)
as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and
Regulations as adopted in the final rule by DEPARTMENT OF LABOR, Occupational Safety and
Health Administration, 29 CFR Parts 1910, 1915, and 1926, {Docket No. OSHA-H022K-2006-
0062, (formerly Docket No. H022K)}, RIN 1218-AC20, Hazard Communication. Further, all
applicable documentation must be furnished.
16.
STATEMENT OF CORPORATE OWNERSHIP – N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership,
limited liability corporation, limited liability partnership, Subchapter S corporation or sole
proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or
accompanying the bid of the corporation, partnership, limited partnership, there is submitted
to the Borough a statement setting forth the names and addresses of all stockholders who own
10% or more of the stock, of any class or of all individual partners who own a 10% or greater
interest in the corporation, partnership, limited partnership, limited liability corporation, limited
liability partnership, Subchapter S corporation or sole proprietorship. If one or more such
stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or
more of that corporation’s stock, or the individual partners owning 10% or greater interest in
that partnership, as the case may be, shall also be listed. The disclosure shall be continued
until names and addresses of every noncorporate stockholder and individual partner, exceeding
the 10% ownership criteria established in this act has been listed. This form shall be signed
and submitted with the bid/proposal whether or not a stockholder or partner owns less than
10% of the business submitting the bid. Failure to comply requires mandatory rejection of the
bid/proposal.
17.
INSURANCE AND INDEMNIFICATION
If it becomes necessary for the contractor, either as principal or by agent or employee, to enter
upon the premises or property of the owner in order to construct, erect, inspect, make delivery
or remove property hereunder, the contractor hereby covenants and agrees to take use,
provide and make all proper, necessary and sufficient precautions, safeguards, and protection
against the occurrence of happenings of any accident, injuries, damages, or hurt to person or
property during the course of the work herein covered and be his/her sole responsibility.
The contractor further covenants and agrees to indemnify and save harmless the owner from
the payment of all sums of money or any other consideration(s) by reason of any, or all, such
accidents, injuries, damages, or hurt that may happen or occur upon or about such work and
all fines, penalties and loss occurred for or by reason of the violation of any owner regulation,
ordinance or the laws of the State, or the United States while said work is in progress.
The contractor shall maintain sufficient insurance to protect against all claims under Workers
Compensation, General Liability and Automobile and shall be subject to approval for adequacy
of protection and certificates of such insurance shall be provided with the owner named as
additional insured.
A. Insurance Requirements
Worker’s Compensation and Employer’s Liability Insurance
This insurance shall be maintained in full force during the life of this contract by the bidder
covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-
12(a) and N.J.A.C. 12:35-1.6. Minimum Employer’s Liability $1,000,000
REV 1/2021
11
General Liability Insurance
This insurance shall have limits of not less than $1,000,000 any one person and $1,000,000
any one accident for bodily injury and $2,000,000 aggregate for property damage, and shall
be maintained in force during the life of the contract.
Automobile Liability Insurance
This insurance covering bidder for claims arising from owned, hired and non-owned vehicles
with limits of not less than $1,000,000 any one person and $1,000,000 any one accident for
bodily injury and $1,000,000 each accident for property damage, shall be maintained in force
during the life of this contract by the bidder.
B. Certificates of the Required Insurance
Certificates as listed above shall be submitted along with the contract as evidence covering
Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable,
necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be
with acceptable insurance companies operating on an admitted basis in the State of New Jersey
and shall name the OWNER as an additional insured.
Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and
shall name the OWNER as an additional insured.
C. Indemnification
The Contractor agrees to indemnify and save harmless the Borough, its officers, agents and
employees, from all claims, suits or actions, and damages or costs of every name and
description to which the owner may be subjected or put by reason of injury to the person or
property of another, or the property of the owner, resulting from:
a) negligent acts or missions on the part of the contractor, the contractor’s agents, servants
or subcontractors in the delivery of goods and services, or in the performance of the work
under the contract; and,
b) the use of any copyrighted or copyrighted composition, valid trademark, secret process,
patented or unpatented invention or article furnished or used in the performance of this
contract.
Florham Park Borough will not accept Mutual Limitation of Liability terms.
18.
PAYMENT
Payment will be made after a properly executed Borough voucher has been received and
formally approved on the voucher list by the Mayor and Council at its subsequent regular
meeting. The voucher will be certified correct by the department/division head who received
the goods or services.
19.
TERMINATION
A. If, through any cause, the contractor shall fail to fulfill in a timely manner obligations under
the contract or if the contractor shall violate any of the requirements of the contract, the
Borough shall there upon have the right to terminate the contract by giving written notice
to the contractor of such termination and specifying the effective date of termination. Such
termination shall relieve the Borough of any obligation for balances to the contractor of any
sum or sums set forth in the contract. Florham Park Borough will pay for goods and services
accepted prior to termination.
B. Notwithstanding the above, the contractor shall not be relieved of liability to the Borough
for damages sustained by the Borough by virtue of any breach of the contract by the
contractor and the Borough may withhold any payments to the contractor for the purpose
of compensation until such time as the exact amount of the damage due the Borough from
the contractor is determined.
REV 1/2021
12
C. The contractor agrees to indemnify and hold the Borough harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising
out of the lawful termination of the contract by the Borough under this provision.
D. In case of default by the contractor, the Borough may procure the goods and services from
other sources and hold the contractor responsible for any excess cost.
E. Continuation of the terms of the contract beyond the fiscal year is contingent on availability
of funds in the following year’s budget. In the event of unavailability of such funds, the
Borough reserves the right to cancel the contract.
F. It is understood by all parties that if, during the life of the contract, the contractor disposes
of his/her business concern by acquisition, novation, merger, sale and/or transfer or by any
means convey his/her interest(s) to another party, all obligations are transferred to the
new party. In this event, the new owner(s) will be required to submit all
documentation/legal instruments that were required in the original bid/contract. Any
changes shall be approved by the Borough.
G. The contractor will not assign any interest in the contract and shall not transfer any interest
in the same without the prior written consent of the Borough.
H. The Borough may terminate the contract for convenience by providing sixty (60) calendar
days advanced notice to the contractor.
I. The contractor shall maintain all documentation related to products, transactions or services
under this contract for a period of five years from the date of final payment. Such records
shall be available to the New Jersey Office of the State Comptroller upon request.
I. For contracts that exceed one year, each fiscal year payment obligation of the Borough is
conditioned upon the availability of Florham Park Borough funds appropriated or allocated
for the payment of such an obligation. If funds are not allocated and available for the
continuance of any services performed by the bidder awarded the contract (contractor)
hereunder, whether in whole or in part, the Borough at the end of any particular fiscal year
may terminate such services. The Borough will notify the contractor in writing immediately
of any services that will be affected by a shortage of appropriated funds. This provision
shall not be construed so as to permit the Borough to terminate the contract during the
term, or any service hereunder, merely in order to acquire identical services from another
contractor.
J. Neither party shall be responsible for any resulting loss or obligation to fulfill duties as
specified in any of the terms or provisions of a contract if the fulfillment of any term or
provision of the contract is delayed or prevented by any revolutions, insurrections, riots,
wars, acts of enemies, national emergencies, strikes, floods, fires, acts of God, or by any
cause not within the control of the party whose performance is interfered with which by the
exercise of reasonable diligence such party is unable to prevent. Additionally, if the
fulfillment of any of the terms and provisions of the contract is delayed or prevented by any
court order, or action or injunction or other such agreement, the contract shall become
voidable by Florham Park Borough by notice to the parties.
20.
ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC.
It is understood by all parties that if, during the life of the contract, the contractor disposes of
his/her business concern by acquisition, merger, sale and/or transfer or by any means convey
his/her interest(s) to another party, all obligations are transferred to that new party. In this
event, the new owners(s) will be required to submit, when required, a performance bond in the
amount of the open balance of the contract.
21.
ADDITIONS/DELETIONS OF SERVICE
REV 1/2021
13
The Borough reserves the right to add and/or delete services to this contract. Should a service
requirement be deleted, payment to the Contractor will be reduced proportionally to the
amount of service deleted in accordance with the bid price. Should additional services be
required, payment to the Contractor will be increased proportionally to the amount of service
added in accordance with the bid price.
22.
Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal
blank(s) set forth in these specifications.
23.
Bidders shall not write in margins or alter the official content or requirements of the Borough
bid documents.
24.
SPECIFICATIONS
Any prospective bidder who wishes to challenge a bid specification shall file such challenges in
writing with the contracting agent no less than three business days prior to the opening of the
bids. Challenges filed after that time shall be considered void and having no impact on the
contracting unit or the award of contract.
25.
OWNERSHIP OF MATERIAL
The owner shall retain all of its rights and interest in any and all documents and property both
hard copy and digital furnished by the owner to the contractor for the purpose of assisting the
contractor in the performance of this contract. All such items shall be returned immediately to
the owner at the expiration or termination of the contract or completion of any related services,
pursuant thereto, whichever comes first. None of the documents and/or property shall, without
the written consent of the owner, be disclosed to others or used by the contractor or permitted
by the contractor to be used by their parties at any time except in the performance of the
resulting contract.
Ownership of all data, materials and documentation originated and prepared for the owner
pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized
information, programs and materials related to this project shall be delivered to and become
the property of the owner upon completion of the project. The contractor shall not have the
right to use, sell, or disclose the total of the interim or final work products, or make available
to third parties, without the prior written consent of the owner. All information supplied to the
owner may be required to be supplied on CD-ROM media compatible with the owner’s computer
operating system, windows based, Microsoft Office Suite 2010.
26.
TRUTH IN CONTRACTING LAW
➢ N.J.S.A. 2C:21-34, et seq. governs false claims and representation. It is a serious crime
for the bidder to knowingly submit a false claim and/or knowingly make material
misrepresentation.
➢ N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offers a benefit
to a public servant for an official act performed or to be performed by a public servant,
which is a violation of official duty.
➢ N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or
indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.
➢ Bidder should consult the statutes or legal counsel for further information.
27.
PROOF OF N.J. BUSINESS REGISTRATION CERTIFICATE N.J.S.A. 52:32-44
Pursuant to N.J.S.A. 52:32-44, Florham Park Borough (“Contracting Agency”) is prohibited from
entering into a contract with an entity unless the bidder/proposer/contractor, and each
subcontractor that is required by law to be named in a bid/proposal/contract has a valid
Business Registration Certificate on file with the Division of Revenue and Enterprise Services
within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency
with its proof of business registration and that of any named subcontractor(s).
REV 1/2021
14
Subcontractors named in a bid or proposal shall provide proof of business registration to the
bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract,
purchase order, or another contracting document is awarded or authorized.
During the course of contract performance:
(1) The contractor shall not enter into a contract with a subcontractor unless the
subcontractor first provides the contractor with a valid proof of business registration.
(2) The contractor shall maintain and submit to the Contracting Agency a list of
subcontractors and their addresses that may be updated from time to time.
(3) The contractor and any subcontractor providing goods or performing services under the
contract, and each of their affiliates, shall collect and remit to the Director of the Division
of Taxation in the Department of Treasury, the use tax due pursuant to the Sales and
Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property
delivered in the State. Any questions in this regard can be directed to the Division of
Taxation
at
(609)
292-6400.
Form
NJ-REG
can
be
filed
online
at
www.state.nj.us/treasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting
Agency a complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a
business registration as required, or that provides false business registration information, shall
be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000, for each
proof of business registration not properly provided under a contract with a contracting agency.
Emergency Purchases or Contracts
For purchases of an emergent nature, the contractor shall provide its Business Registration
Certificate within two weeks from the date of purchase or execution of the contract or prior to
payment for goods or services, whichever is earlier.
28.
PAY TO PLAY – NOTICE OF DISCLOSURE REQUIREMENT
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)
pursuant to N.J.S.A. 19:44A-20.27 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 888-313-3532
or at www.elec.state.nj.us.
29.
NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS
Public funds may be used to pay only for goods delivered or services rendered. Florham Park
Borough will not pay penalties and/or interest on overdue bills. No employee is authorized to
sign a letter of credit or any other document that represents a legal commitment on the part
of the Borough to pay additional fees.
30.
W-9
Successful bidder/respondent shall complete W-9 Form and submit to Finance prior to contract
award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf
31.
Health Insurance Portability and Accountability Act of 1996-HIPAA (If Applicable)
Both parties agree to comply with all requirements of the Federal Health Insurance Portability
and Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the
corresponding HIPAA regulations for the confidentiality and security of medical information.
The Contractor shall:
• Not use or disclose protected health information other than as permitted or required by law
REV 1/2021
15
• Use appropriate safeguards to protect the confidentiality of the information
• Report any use or disclosure not permitted
The contractor, by execution of the contract, shall thereby indemnify and hold the Borough
harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred
as the result of the failure of the contractor to comply with the requirements of the Health
Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting
the privacy of persons using its services.
32.
PUBLIC EMERGENCY
In the event of a Public Emergency declared at the Local, State or Federal Level, if the Borough
opts to extend terms and conditions of this bid, the contractor agrees to extend the terms and
conditions of this bid, whether existing, expiring or expired no longer than six months, for
goods and/or services for the duration of the emergency. In the event the original contractor
cannot meet this requirement, the Borough may solicit the goods and/or services from any
bidder on this contract.
33.
The owner and the Contractor each bind themselves and their successors, executors,
administrators, heirs and assigns and legal representatives of the other party respecting all
covenants and agreements and obligations of this contract.
34.
The terms of this Agreement shall be construed and interpreted, and all respective rights and
duties of the parties shall be governed by the laws of the State of New Jersey.
35.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in
certain investment activities in energy or finance sectors of Iran. The terms of this Agreement
shall be construed and interpreted, and all respective rights and duties of the parties shall be
governed by the laws of the State of New Jersey.
REV 1/2021
16
Technical Specifications
The Borough is seeking an experienced professional to provide the following services:
WORK SCHEDULE:
Service shall be performed according to the following schedule and attached square footage:
• DPW Garage – 5 days/week
• Senior Center – 5 days/week
• Ambulance Squad – 5 days/week
• Library – 6 days/week (Mon thru Sat)
• Company 1 Firehouse – 2 days/week (Tues – Thurs)
• Museum on second floor – 2 days/week (Tues – Thurs)
• Company 2 Firehouse – 2 days/week (Tues – Thurs)
There will be no work performed on holidays.
SERVICES:
1. Clean and disinfect restrooms, toilets, sinks, urinals, partitions, all fixtures, walls, sweep and
disinfect restroom floors.
2. In all restrooms, refill soap, toilet tissue and paper towels.
3. Clean and disinfect all surfaces, including cabinets, counter tops and appliances, as well as
all door knobs, handles and push plates.
4. Vacuum all carpeted areas.
5. Empty all wastepaper baskets replacing liners daily. All recyclables are to be placed in
receptacles as provided by the borough.
6. Dust & damp mop all hard floor surfaces including stairwells and landings.
7. Dust all wood furniture, including legs and chair bases, picture frames, ledges, etc.
8. Clean all windows including glass in doors.
9. Clean window sills/ledges once per week.
Company will supply all of the cleaning solutions, hand soaps, paper products, and
equipment to provide the listed services.
REV 1/2021
17
SENIOR CENTER
CO#1:
Big room
1170 sqft
Bathroom 1
42 sqft
Kitchen
255 sqft
Bathroom 2
40 sqft
Women's bath
126 sqft
Bathroom 3
150 sqft
Men's bath
119 sqft
Lunch room (vacuum)
504 sqft
Second kitchen
165 sqft
Kitchen
200 sqft
Foyer (vacuum)
88 sqft
Radio Room
194 sqft
Second foyer (vacuum)
199 sqft
Office (vacuum)
300 sqft
Back hallway (vacuum)
70 sqft
Conference
1025 sqft
Living room (vacuum)
378 sqft
TOTAL (vacuum)
804 sqft
Card room (vacuum)
540 sqft
TOTAM (sweep/mop)
1651 sqft
Front hallway (vacuum)
195 sqft
TOTAL
2455 sqft
Computer room
(vacuum)
100 sqft
TOTAL (sweep/mop)
1835 sqft
FIREHOUSE MUSEUM
TOTAL (vacuum)
1735 sqft
First floor bath
(laminate)
GRAND TOTAL
3570 sqft
First floor office (laminate)
Staircase (carpet)
SQUAD
Upstairs room
(laminate)
Big Conference room
1258 sqft
TOTAL
356 sqft
Hall
44 sqft
Kitchen
63 sqft
CO#2
Women's bath
36 sqft
Bathroom 1
70 sqft
Men's bath
44 sqft
Bathroom 2
25 sqft
Truck bay
1120 sqft
Radio room
36 sqft
Back hall
136 sqft
Lounge (vacuum)
378 sqft
Foyer (vacuum)
80 sqft
TOTAL (vacuum)
378 sqft
Lounge (vacuum)
783 sqft
TOTAL (Sweep/mop)
131 sqft
Office (vacuum)
88 sqft
GRAND TOTAL
509 sqft
Back conf. room
(vacuum)
198 sqft
TOTAL (sweep/mop)
2701 sqft
LIBRARY
TOTAL (vacuum)
1149 sqft
Lady’s room
140 sqft
GRAND TOTAL
3850 sqft
Men’s room
136 sqft
Bathroom hallway
96 sqft
Foyer
718 sqft
DPW Garage
Kitchen (foyer)
96 sqft
Locker room
184 sqft
Children’s bathroom
63 sqft
Lunch Room
378 sqft
Periodical's
238 sqft
Supervisor's office 1
167 sqft
Staff bathroom
90 sqft
Supervisor's office 2
315 sqft
Rear entrance foyer
102 sqft
REV 1/2021
18
Director's Office
192 sqft
TOTAL:
1679 sqft
Men's bath
172 sqft
Women's bath
21 sqft
TOTAL
1492 sqft
Vacuum throw rugs
REV 1/2021
19
RECORD OF RECENT CONTRACT AWARDS
Give full information about all your contracts: whether private or government contracts; whether
prime or sub-contracts; whether in progress or awarded but not yet begun; or where you are low
bidder pending formal award of contract.
OWNER
LOCATION
DESCRIPTION
ADJUSTED CONTRACT
DATE OF
AMOUNT
COMPLETION
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
REV 1/2021
20
BOROUGH OF FLORHAM PARK
EXCEPTIONS
For each exception, the bidder must identify the specific section of specifications by providing the
number and title the exception applies to. It is the responsibility of the bidder to document the
equivalence claim in writing. Submitting product brochures is not an acceptable claim of equivalence.
(IF NONE SO STATE)
USE ADDITIONAL SHEET IF NECESSARY
REV 1/2021
21
BOROUGH OF FLORHAM PARK
BID DOCUMENT CHECKLIST
Required
With
Bid
Read, Signed
& Submitted
Bidder’s Initial
A.
FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR
REJECTION OF BID
Stockholder Disclosure Certification
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued)
Required Evidence EEO/Affirmative Action Regulations Questionnaire
Bidder’s Affidavit
Non-Collusion Affidavit
Bid Guarantee (bid bond or certified/cashier’s check)
(with Power of Attorney for full amount of Bid Bond)
Consent of Surety (Certificate from Surety company)
Surety Disclosure Statement and Certification
Performance Bond
Labor and Material (Payment) Bond
Maintenance Bond
Disclosure of Investment Activities in Iran- Submit with bid response
B.
MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED
Business Registration Certificate – Bidder – Prefer with Bid Response. Required by Law
prior to award of contract
Business Registration Certificate – Designated Subcontractor(s) – Prefer with Bid Response.
Required by Law prior to award of contract
Public Works Contractor Registration Certificate(s) for the Bidder and Designated
Subcontractors (Prior to Award, but effective at time of bid)
License(s) or Certification(s) Required by the Specifications
C.
FAILURE TO SUBMIT ANY OF THESE ITEMS AT TIME OF BID MAY BE CAUSE FOR
REJECTION
Three (3) references for similar projects
Authorization for Background Check
Catalog/Price List
Product Samples
Certification of Available Equipment
Other: CD or USB flash drive with PDF of Bid Response along w/Printed Copies (ref page 1)
CD and/or USB flash drive must be labeled with the bidder’s name
Other:
D.
READ ONLY
Americans With Disability Act of 1990 Language
E.
OPTIONAL ITEM(S)
Borough Cooperative Contract Option
This checklist is provided for bidder’s use in assuring compliance with required
documentation; however, it does not include all specifications requirements and does not
relieve the bidder of the need to read and comply with the specifications.
Name of Bidder:
Date:
By Authorized Representative:
Signature:
REV 1/2021
22
Print Name & Title:
REV 1/2021
23
BOROUGH OF FLORHAM PARK
BID PROPOSAL FORM/SIGNATURE PAGE
TO THE BOROUGH OF FLORHAM PARK
MAYOR AND COUNCIL:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and the
Specifications for the Cleaning of the 7 various Borough Buildings, that he/she has determined the
conditions affecting the bid and submits the following proposal in full compliance therewith:
2026 Annual Cleaning Cost
$_______________________
2027 Annual Cleaning Cost
$_______________________
(Corporation)
The undersigned is a (Partnership) under the laws of the State of __________________________ having its
(Individual)
Principal office at
Company
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Type or Print Name
Title of Authorized Agent
Date
Telephone Number
Email Address
Fax Number
REV 1/2021
24
BOROUGH OF FLORHAM PARK
OWNERSHIP STATEMENT - STOCKHOLDER DISCLOSURE FORM
LEGAL NAME OF BIDDER: ___________________________________________________________
Check the box that represents the type of business organization:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
Other, Please List __________________________________
List the names and addresses of all stockholders who own ten (10%) percent or more of the above company’s stock, and if
there are NO STOCKHOLDERS OF 10% OR MORE, simply check the second box below. If one or more such
stockholders or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock,
or the individual partners owning 10% of that corporation's stock, or the individual partners owning 10% or greater interest
in that partnership, as the case may be, must also be listed.
The disclosure shall be continued until names and addresses of every person who is a non-corporate stockholder,
or individual partner, exceeding the 10% ownership criteria established in this act, has been listed, in full
compliance with Chapter 33 of the New Jersey Public Laws of 1977.
BIDDERS/RESPONDENTS MUST CHECK THE APPROPRIATE BOX:
I certify that the list below contains the names and addresses of all stockholders holding 10% or more of the issued
and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Publicly Traded - For publicly traded entities to comply with N.J.S.A. 52:25-24.2 they may submit the name and address of
each publicly traded entity, and the name and address of each person holding 10% or more beneficial interest in the publicly
traded entity as of the last annual filling with the Security Exchange Commission (SEC), or foreign equivalent
Submit here the Website (URL) providing the last annual Security Exchange Commission (SEC) filing, or foreign equivalent:
____________________________________________________________________________________________
The requested information is available on the following page number(s) of the SEC, or foreign equivalent, filing:
____________________________________________________________________________________________
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
(Note: Attach additional pages if necessary)
________________________________________________________________
______________
(Respondent/Respondent Authorized Signature)
(Date)
___________________________________________
______________________________________
(Print name of authorized signatory)
(Title)
REV 1/2021
25
BOROUGH OF FLORHAM PARK
BIDDER’S AFFIDAVIT
STATE OF NEW JERSEY
)
) ss:
COUNTY OF
)
________________________________, being of full age and being duly sworn, upon his
Oath deposes and says:
1.
I reside at
______________________________________________________________
2.
I am _____________________________________ of the firm of
______________________________________________________________
(Name of Bidder)
3.
I am the person who signed the foregoing Bid and I was duly authorized to
execute
such Bid. The Bid is a true offer of the Bidder. If the Bidder has a seal, then
such seal is affixed to the Bid. All of the statements and declarations contained
in the Bid are true to the best of my knowledge and belief.
____________________________________ (Seal)
(Signature)
Subscribed and sworn to
Before me this _____ day
Of ________________, 20__.
_________________________________
Notary Public of the State
Of New Jersey
My Commission expires______________
(Notary Seal)
REV 1/2021
26
BOROUGH OF FLORHAM PARK
NON-COLLUSION AFFIDAVIT
State of _____________
Borough of _____________
ss:
I, _____________________________ of the City of _______________________________
In the County of _____________________ and State of _________________________ of full age,
being duly sworn according to law on my oath depose and say that:
I am _____________________________ of the firm of ____________________________
(Title or position)
(Name of firm)
the bidder making this Proposal for the above named project, and that I executed the said proposal
with full authority so to do; that said bidder has not, directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding
in connection with the above named project; and that all statements contained in said proposal and
in this affidavit are true and correct, and made with full knowledge that the Borough of Florham Park
relies upon the truth of the statements contained in said proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage,
or contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by_________________________________.
(Name of Contractor)
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this _______day
Of ___________, _______.
Signature
(Type or print name of affiant under signature)
_______________________________________
Notary public of
My Commission expires ___________________.
REV 1/2021
27
EXHIBIT A
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance
to the Borough and Division of Public Contracts Equal Employment Opportunity Compliance. During
a review, Division representatives will review the Borough files to determine whether the affirmative
action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor
shall submit to the Borough, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the
vendor to the Borough and the Division. This approval letter is valid for one year from the date
of issuance.
Do you have a federally-approved or sanctioned EEO/AA program?
Yes
No
If yes, please submit a photo static copy of such approval.
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the Borough as
evidence of its compliance with the regulations. The Certificate represents the review and
approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period
of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their
expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval?
Yes
No
If yes, please submit a photo static copy of such approval.
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to
the Division with $150.00 Fee and forward a copy of the Form to the Borough. Upon submission
and review by the Division, this report shall constitute evidence of compliance with the
regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on
the Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: ______________________________ SIGNATURE: ____________________________
PRINT NAME: ___________________________ TITLE: __________________________________
DATE: __________________
REV 1/2021
28
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of
this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice,
to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this
chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities
Act.
The contractor or subcontractor agrees to make good faith efforts to meet targeted Borough employment goals established
in accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited
to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the
basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in
direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating
to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability,
nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law
and applicable Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services
contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency
through the Division’s website at ww.state.nj.us/treasury/contract compliance).
The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property,
CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase &
Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code at N.J.A.C. 17:27.
REV 1/2021
29
SAMPLE CERTIFICATE OF EMPLOYEE INFORMATION REPORT
REV 1/2021
30
BOROUGH OF FLORHAM PARK
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With
Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the
basis of disability by public entities in all services, programs, and activities provided or made available
by public entities, and the rules and regulations promulgated pursuant there unto, are made a part
of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this
contract, the contractor agrees that the performance shall be in strict compliance with the Act. In
the event that the contractor, its agents, servants, employees, or subcontractors violate or are
alleged to have violated the Act during the performance of this contract, the contractor shall defend
the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor
shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from
and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature
arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense,
appear, defend, and pay any and all charges for legal services and any and all costs and other
expenses arising from such action or administrative proceeding or incurred in connection therewith.
In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees
to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any
action or administrative proceeding results in an award of damages against the owner, or if the owner
incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance
procedure, the contractor shall satisfy and discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim, If any action or
administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every demand,
complaint, notice, summons, pleading, or other process received by the owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractors for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agrees that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
REV 1/2021
31
BOROUGH OF FLORHAM PARK
THESE ARE SAMPLES OF THE ONLY ACCEPTABLE
BUSINESS REGISTRATION CERTIFICATES.
PREFER SUBMITTED WITH BID RESPONSE
REQUIRED BY LAW PRIOR TO AWARD OF CONTRACT
REV 1/2021
32
BOROUGH OF FLORHAM PARK
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
BID/RFP/Solicitation Number:
Bidder/Offeror:
Part 1: Certification
BIDDERS ARE TO COMPLETE PART 1 BY CHECKING EITHER BOX
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or
renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity,
nor any of its parents, subsidiaries, or affiliates, is identified on the Department of the Treasury’s Chapter 25 list as a person
or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division’s website at
http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below
certification. Failure to complete the certification may render a bidder’s proposal non-responsive. If the Director finds a
person or entity to be in violation of the law, s/he shall take action as may be appropriate and provided by law, rule or
contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in
default and seeking debarment or suspension of the party.
PLEASE CHECK THE APPROPRIATE BOX:
I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder’s parents,
subsidiaries, or affiliates is listed on the N.J. Department of the Treasury’s list of entities determined to be engaged
in prohibited activities in Iran pursuant to P.L. 2012, c. 25 (“Chapter 25 List”). I further certify that I am the person
listed above, or I am an officer or representative of the entity listed above and am authorized to make this certification
on its behalf. I will skip Part 2 and sign and complete the Certification below.
OR
I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is
listed on the Department’s Chapter 25 List. I will provide a detailed, accurate and precise description of the activities
in Part 2 below, sign and complete the Certification below.
PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its
parents, subsidiaries or affiliates, engaging in the investment activities in Iran on additional sheets provided by you.
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any
attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this
certification on behalf of the above-referenced person or entity. I acknowledge that Florham Park on from the date of this
certification through the completion of any contracts with the Borough to notify the Borough in writing of any changes to the
answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement
or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law
and that it will also constitute a material breach of my agreement(s) with Florham Park Borough, New Jersey and that the
Borough at its option may declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print) ___________________________________ Signature: _______________________________________
Title _____________________________________________ Date: ____________________
REV 1/2021
33
BOROUGH OF FLORHAM PARK
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
ADDENDUM
NUMBER
DATE
ACKNOWLEDGE RECEIPT
(Initial)
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
Acknowledged for:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
FORM NOT REQUIRED IF NO ADDENDA ISSUED
REV 1/2021
34
BOROUGH OF FLORHAM PARK
ClEANING BID
For
2026-2027
Contract# FP25-11
THIS CONTRACT made as of the_____ day of_____________ in the year 2025 by and
between the Borough of Florham and______________________________, with legal
address and principal place of business at ______________________________________,
hereinafter called the CONTRACTOR. The Borough and CONTRACTOR in consideration of the
mutual covenants hereinafter set forth, agree as follows:
WORK.
The Contractor shall perform the Work as specified or indicated in the Contract
Documents.
The Work under this Contract shall begin after the last party signs the Contract. The
execution of this Contract shall be contingent upon receipt of necessary local, state and
federal permit(s).
CONTRACT TIME.
The Contract Time shall run for two years. Upon expiration of the Contract Time or
upon termination of the Contract, the Contractor shall cease to clean the Borough's
facilities.
The Contractor agrees that the Work shall be prosecuted regularly, diligently and
uninterruptedly and at such rate of progress as determined by the Plant manager in
order to assure full
CONTRACT PRICE
The Borough will pay the Contractor for performance of the Work in accordance with the
Contract Documents in current funds at the Bid Unit Price agreed upon in the
Contractor's Bid attached to this Contract.
APPLICATIONS FOR PAYMENT
The Contractor shall submit monthly Applications for Payment. Applications for Payment
will be processed by the Borough as provided in the Contract Documents.
REV 1/2021
35
DAMAGES
The Contractor shall not be liable for damages or any excess cost when the delay in
completion of the Work is for reasons beyond the control of the Contractor. Delays
beyond the control of the Contractor shall include the, acts of neglect by utility
companies or other contractors at the site, fires, floods, epidemics, abnormal weather
conditions or acts of God.
Provided, further, that the Contractor shall, furnish the Borough written notification of
such delays promptly after the start of the event giving rise thereto.
ASSURANCE
The Contractor has familiarized its self with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and Federal, State and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
The Contractor agrees that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance of the
Work.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the Contract between the Borough and the
CONTRACTOR are attached hereto and made a part hereof.
MISCELLANEOUS
Neither Borough nor CONTRACTOR shall, without the prior written consent of the other,
assign OT sublet in whole or in part his/her interest under any of the Contract Documents;
and, specifically but without limitation, the CONTRACTOR shall not assign any monies due
or to become due without the prior written consent of the Borough. In case the
CONTRACTOR assigns all or any part of any monies due or to become due under this
Contract, the instrument of assignment shall contain a clause substantially to the effect that
it is agreed that the right of the assignee in and to any monies due or to become due to the
CONTRACTOR shall be subject to prior claims of all persons, firms and corporations for
services rendered or materials supplied for the performance of the Work called for in this
Contract.
The Borough and the CONTRACTOR each binds himself, his/her partners, successors,
assigns and legal representatives in respect to all covenants, agreements and obligations
contained in the Contract Documents.
The Contract Documents constitute the entire agreement between the Borough and the
CONTRACTOR and may only be altered, amended or repealed by a written modification.
CONFLICTING INFORMATION
In the event that any provision in any of the following component parts of this Contract
conflicts with any provision in any other of the following component parts, the provision in
the component part first enumerated below shall govern over any other component part
which follows it numerically, except as may be otherwise stated. Said components parts are
the following:
REV 1/2021
36
1. Contract
2. Addenda
3. Specifications
4. Invitation to Bid
5. Instruction to Bidders
6. Bid Form
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. Two
(2) copies have been delivered to the Borough and one copy each to the CONTRACTOR
All portions of the Contract Documents have been signed or identified by the Borough
and the CONTRACTOR.
TERMINATIONS AND/OR DEFAULT
Remedies for Default. In the event of a breach by either party of any obligation under
this Contract, the right to recover damages or to be reimbursed will ordinarily constitute
an adequate remedy. However, either party shall also have the right to seek injunctive
or other equitable relief against the other party.
Default Notice by the Borough. The Borough shall have given prior written notice to the
Contractor stating that in the Borough's opinion a particular default or defaults (to be
described in reasonable detail in such notice) exist (s) which will, unless corrected,
constitute a material breach of this Contract on the part of the Contractor and which will, in
the Borough's opinion, give it the right to terminate this Contract unless such default is
corrected within a reasonable period of time, but in no event more than seven (7) days.
Material Breach by the Contractor. A material breach shall be deemed to include but not be
limited to, the Contractor's failure (i) to provide transportation services; (ii) to make good
faith efforts to end an Emergency within thirty (30) days of its commencement; (iii) to
provide and continue to provide the required insurance coverage.
Force Majeure. A Force Majeure event for purposes of this Contract shall include an Act of
God, a natural disaster, acts of war, riots and/or a judicial injunction. Notwithstanding
anything contained in this Contract to the contrary, if a Force Majeure event occurs, the
Contractor shall not be deemed in default under this Contract to the extent that such
event was beyond the control of the Contractor. The Contractor shall notify the Borough
in writing that a Force Majeure event has occurred no later than three (3) days after the
date the Contractor knew or should have known of the occurrence of any Force Majeure
event.
Event of Default by the Borough. An Event of Default on the part of the Borough is the
failure on the part of the Borough to pay any amount required to be paid to the Contractor
under this Contract after written demand made no sooner than the forty-fifth (45th) day
after submission of the subject invoice and purchase order that unless such amount is
paid within fifteen (15) days after such demand, the default will constitute a breach, if
such amount is not so paid. If payment has not been made by the Borough to the
Contractor because of a legitimate dispute over the amount owed, and payment has been
made by the Borough of any undisputed amounts, failure to pay the remainder while the
dispute is pending shall not constitute a breach by the Borough.
Termination of Contract. The Borough shall have the right to terminate this Contract without
cause upon forty-five (45) days written notice to the Contractor. Provided, however, either
party shall have the right to terminate this Contract for cause in the event of default in
REV 1/2021
37
accordance with this article; however, the same shall be exercised only upon giving a written
fifteen (15) days' notice to the defaulting party. The Contractor may not discontinue hauling
of the liquid sludge until the termination notice contemplated by this article has been sent
and the fifteen (15) days have expired from the date of receipt of the notice of termination.
TEMPORARY SUSPENSIONS
The Borough shall have the right to suspend the services provided by the Contractor on a
temporary basis due to malfunction or temporary shut down by the Borough. The Contractor
will be given a ten (10) day notice of any planned temporary suspensions. The Contractor
will be notified by phone within 24 hours of any unplanned suspension.
INDEMNITY
The Contractor agrees to indemnify and defend the Borough and its agents, servants,
employees, and representatives, from any claim, liability, or loss with respect to property
damage and personal injury, including reasonable attorney's fees, resulting in whole or in
part from breach of this contract or from the acts or omissions of the Contractor, its
employees, agents, officers arising out of or relating to the work. This liability shall not be
limited in type or amount by any applicable Workmen's Compensation Law.
GOVERNING LAW
This Contract is governed by and is to be construed and enforced in accordance with the
laws of New Jersey as though made and to be fully performed in New Jersey (without regard
to the conflicts of law rules of New Jersey).
PARTIAL INVALIDITY
If any term, covenant or condition of this Contract or the application thereof to any person
or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this
Contract or the affiliation of such term, covenant or condition to persons or circumstances
other than those as to which it is held invalid or unenforceable, shall not be affected thereby
and each term, covenant or condition of this Contract shall be valid and be enforced to the
fullest extent permitted by law.
If any term or condition of this Contract or any application of this Contract shall be
determined to be contrary to the laws of the State of New Jersey or the United States, then
such term or condition or application shall not be deemed valid except to the extent
permitted by law, but all other terms and conditions or applications shall continue in fall
force and effect.
WAIVERS
Neither inspection by the Borough Utility nor any of its agents, nor any orders,
measurement, or certificate by the Borough or its agents, for the payment of money nor
payment for, not acceptance of, the whole nor any part of the work, nor any extension of
time, shall operate as a waiver of any provisions of this Contract.
RESPONSIBILITY OF THE BOROUGH
The Borough or its authorized agents or employees shall decide any and all questions which
may arise as to the quality and acceptability of the work furnished and/or performed,
interpretation of specifications, and all questions as to the acceptable fulfillment of the
Contract of the part of the Contractor.
REV 1/2021
38
NOTICES
All notices made pursuant to this Contract shall be in writing and delivered personally or
sent by facsimile or electronic mail, to the parties at the address set forth at the end of
this section.
Either party may change the address to which notices are to be sent to it, by giving
ten (10) days written notice of such change of address to the other party.
This Agreement shall become effective on ______________________, 2025.
OWNER
CONTRACTOR
Borough of Florham Park
By
By
__________________________
Mark Taylor, Mayor
(Corporate Seal)
(Corporate Seal)
Attest
Attest
Danielle Lewis, RMC
Borough Clerk
Address for giving notices
Address for giving notices
Michael Smith
Director of the Dept. of Public Works
111 Ridgedale Avenue
Florham Park, NJ 07932
Danielle Lewis, R.M.C.
Borough Clerk
111 Ridgedale Avenue
Florham Park, NJ 07932
Note: if Contractor is a corporation, an affidavit giving the principal the right to sign the
agreement must accompany the executed agreement.
REV 1/2021
39
REV 1/2021
40
REV 1/2021
41
REV 1/2021
42
--- Document: Addendum to Cleaning Bid-12-4-25 ---
DECEMBER 4,2025
ADDENDUM TO CLEANNING BID:
-Firehouse Company No. 1 will need to be cleaned 3 days a week instead of 2 days.
Patrice Visco
Purchasing Agent
973-410-5318
pvisco@florhamparknj.gov
--- Document: 2026-RFP for Municipal Affordable Housing Administrator ---
BOROUGH OF FLORHAM PARK
Morris County New Jersey
REQUEST FOR 2026 PROPOSALS
FOR MUNICIPAL AFFORDABLE
HOUSING ADMINISTRATOR
FOR THE BOROUGH OF FLORHAM PARK
DATED NOVEMBER 18, 2025
Proposal Receipt Date – DECEMBER 18, 2025
Time – 11:00am
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING ADMINISTRATOR FOR
THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
2
PUBLIC NOTICE BOROUGH OF
FLORHAM PARK
NOTICE OF SOLICITATION OF PROPOSALS FOR MUNICIPAL AFFORDABLE
HOUSING ADMINISTRATOR
PLEASE TAKE NOTICE that the Borough of Florham Park is accepting proposals for a
Municipal Affordable Housing Administrator for 2026.
A copy of the proposal document may be obtained via the Borough’s website at
www.fpboro.net
All proposals shall be submitted to Patrice Visco, CFO/ Purchasing Agent, c/o Borough Clerk, 111
Ridgedale Avenue, Florham Park NJ 07932, by December 18, 2025. Proposals are being solicited to
a fair and open process in accordance with N.J.S.A. 19:44A-20.4
ET. seq. If awarded a contract, your company/firm shall be required to comply with the requirements of N.J.S.A.
10:5-31 et seq. and N.J.A.C. 17:27 et. seq.
Please provide email address for any proposal obtained from the Borough website to insure you receive
any issued addendums. The Borough is not responsible for any late, lost or misdirected proposals
3
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING ADMINISTRATOR FOR
THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
PROPOSAL (Continued)
2026 PROFESSIONAL SERVICES WITHIN THE BOROUGH
The undersigned declares that he/she has carefully examined and fully understands the Information for Applicants,
Specifications and other documents herein referred to and agrees to furnish and deliver all materials and to perform
all work in accordance with the contract documents for the 2026 Professional Services within the Borough.
Applicant’s Name
Authorized Signature
Print Name
Title
Telephone
Fax
Witness or Attest:
E-Mail Address
Signature
Print Name
(If Corporation, affix Corporate Seal)
4
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING ADMINISTRATOR FOR
THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
GENERAL INFORMATION FOR APPLICANTS
I. SUBMISSION OF PROPOSALS
A. Borough of Florham Park, Morris County, New Jersey (hereinafter referred to as “OWNER”) invites sealed
Proposals pursuant to the Notice to Applicants.
B. Sealed proposals will be received by the designated representative at the time and place stated in the Notice
to Applicants, and at such time and place will be publicly opened and read aloud.
C. The proposal form shall be submitted, in a sealed envelope: (1) addressed to the OWNER, (2) bearing the
name and address of the applicant written on the face of the envelope, and (3) clearly marked “PROPOSAL”
with the contract title and/or proposal # being proposal.
D. It is the applicant’s responsibility to see that proposals are presented to the OWNER on the hour and at the
place designated. Proposals may be hand delivered or mailed; however, the OWNER disclaims any
responsibility for proposals forwarded by regular or overnight mail. If the proposal is sent by overnight mail,
the designation in section C, above, must also appear on the outside of the delivery company envelope.
Proposals received after the designated time and date will be returned unopened.
E. Sealed proposals forwarded to the OWNER before the time of Receipt of proposals may be withdrawn upon
written application of the applicant who shall be required to produce evidence showing that the individual is
or represents the principal or principals involved in the proposal. Once proposals have been opened, they must
remain firm for a period of sixty (60) calendar days.
F. All prices and amounts must be written in ink or preferably typewritten. Proposals containing any conditions,
omissions, unexplained erasures or alterations, items not called for in the proposal form, attachment of additive
information not required by the specifications, or the OWNER may reject irregularities of any kind. Any
changes, whiteouts, strikeouts, etc. on the proposal page must be initialed in ink by the person responsible for
signing the proposal.
G. Each proposal form must give the full business address of the applicant and be signed by an authorized
representative. Proposals by partnerships must furnish the full name of all partners and must be signed in the
partnership name by one of the members of the partnership or by an authorized representative, followed by
the signature and designation of the person signing. Proposals by corporations must be signed in the legal name
of the corporation, followed by the name of the State in which incorporated and must contain the signature
and designation of the president, secretary or other person authorized to bind the corporation in the matter.
When requested, satisfactory evidence of the authority of the officer signing shall be furnished.
II. INTERPRETATION AND ADDENDA
A. The applicant understands and agrees that its proposal is submitted based on the requirements prepared by the
OWNER. The applicant accepts the obligation to become familiar with these requirements.
B. Applicants are expected to examine the requirements with care and observe all their requirements.
Ambiguities, errors or omissions noted by applicants should be promptly reported in writing to the appropriate
official. In the event the applicant fails to notify the OWNER of such ambiguities, errors or omissions, the
applicant shall be bound by the proposal.
5
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18,2025
C. No oral interpretation of the meaning of the specifications will be made to any applicant. Every request for an
interpretation shall be in writing, addressed to the OWNER’S representative stipulated in the proposal. In
order to be given consideration, written requests for interpretation must be received at least five (5) days prior
to the date fixed for the Receipt of the proposals. Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications, and will be distributed to all
prospective applicants, in accordance with N.J.S.A. 40A:11-23. All addenda so issued shall become part of
the contract documents, and shall be acknowledged by the applicant in the proposal. The OWNER’S
interpretations or corrections thereof shall be final.
III. PREPARATION OF PROPOSALS
A. The OWNER is exempt from any local, state or federal sales, use or excise tax.
A. Stockholder Disclosure
Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be awarded any contract
for the performance of any work or the furnishing of any materials or supplies, unless, prior to the receipt of the
proposal or accompanying the proposal of said corporation or partnership, there is submitted a statement setting
forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more
of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest
therein. Form of Statement shall be completed and attached to the proposal.
B. Non-Collusion Affidavit
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted with the
proposal.
C. New Jersey Business Registration Requirements
For the term of the contract, the contractor and each of its affiliates and a subcontractor and each of its affiliates
(N.J.S.A. 52:32-44 (g) (3) shall collect and remit to the Director, New Jersey Division of Taxation, the use tax
due pursuant to the Sales and use Tax Act on all sales of tangible personal property delivered into this State,
regardless of whether the tangible property is intended for a contract with a contracting agency.
IV. METHODS OF AWARD
A. All contracts shall be for 12 consecutive months.
B. The OWNER may award the work based on the terms stated in Exhibit A.
C. The successful applicant will not assign any interest in this contract and shall not transfer any interest in the
same without the prior written consent of the OWNER.
D. This contract will be awarded pursuant to a fair and open process as prescribed in NJSA 19:44A-20.4 (P.L.
2005, c. 51).
6
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18,2025
V. TERMINATION OF CONTRACT
A. If, through any cause, the successful applicant shall fail to fulfill in a timely and proper manner obligations
under this contract or if the contractor shall violate any of the requirements of this contract, the OWNER shall
thereupon have the right to terminate this contract by giving written notice to the contractor of such termination
and specifying the effective date of termination. Such termination shall relieve the OWNER of any obligation
for balances to the contractor of any sum or sums set forth in the contract.
B. Notwithstanding the above, the contractor shall not be relieved of liability to the OWNER for damages
sustained by the OWNER by virtue of any breach of the contract by the contractor and the OWNER may
withhold any payments to the contractor for the purpose of compensation until such time as the exact amount
of the damage due the OWNER from the contractor is determined.
C. The contractor agrees to indemnify and hold the OWNER harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful
termination of the contract by the OWNER under this provision.
D. In case of default by the successful applicant, the OWNER may procure the articles or services from other
sources and hold the successful applicant responsible for any excess cost occasioned thereby.
If you should have any questions, please contact Patrice Visco at 973-410-5318
7
BOROUGH OF FLORHAM
PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE DECEMBER 18, 2025 11:00 AM
EXHIBIT A
REQUEST FOR PROPOSAL FOR MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR - 2026
1.
The Borough of Florham Park is soliciting proposals for a Municipal Affordable
Housing for the calendar year 2026. Proposals will be accepted as set forth in the Public
Notice, a copy of which is attached hereto.
2. All sealed proposals shall be submitted to Patrice Visco CFO/Purchasing Agent c/o
Borough Clerk, 111 Ridgedale Avenue, Florham Park NJ 07932, by December 18, 2025. Two
(2) hard copies of the proposal shall be submitted.
3.
All proposals shall include, at a minimum: the name, address and all contact information
of the person or firm making the proposal; a statement of qualifications, including all
applicable professional licenses held; a statement of experience in rendering such
professional services to public entities; and a proposal for compensation or a schedule of
fees to be charged for such professional services.
4.
All proposals will be evaluated by the Borough Administrator and the Purchasing Agent
of the Borough of Florham Park with their recommendations being made to the governing
body.
5.
Proposals will be approved by the Borough of Florham Park Council on the basis of the
proposals deemed to be most advantageous, price and other factors considered. The
evaluations and approval will consider:
a. Experience and reputation in the field;
b. Knowledge and experience with Mayor / Council form of Government;
c. Knowledge of the Borough of Florham Park and the subject matter to be
addressed under the contract;
d. Support staff availability;
e. Compensation proposal;
f. Other factors, if determined to be in the best interest of the Borough of
Florham Park and its agencies
8
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
6. A description of the Municipal Affordable Housing Administrator required by the Borough of
Florham Park and Its agencies as follows:
Municipal Affordable Housing Administrator: The Municipal Affordable Housing Administrator
should provide but not limited to the following services ; municipal affordable housing management,
affirmative marketing, pricing of affordable units, affordable housing monitoring, maintaining an
interested party list, deed restrictions, operating manuals and answer common questions regarding
affordable housing.
.
9
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
FORMS REQUIRING SIGNATURES
10
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLOHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
DISCLOSURE OF OWNERSHIP
N.J.S.A. 52:25-24.0 (P.L. 1977 c 33)
Check One
[ ] I certify that the list below contains the names and addresses of all stockholders holding 10% or
more of the issues and outstanding stock of the undersigned.
[ ] I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the
undersigned
LEGAL NAME OF APPLICANT:
[ ] Limited Partnership [ ] Subchapter S Corporation [ ] Limited Liability Company
[ ] Partnership [ ] Corporation (Profit or Non-Profit) [ ] Sole Proprietorship
[ ] Limited Liability Partnership [ ] Other
Complete if the applicant/respondent is one of the three (3) types or corporations;
Date Incorporated: Where Incorporated:
Business Address:
Street Address
City
State
Zip
Telephone Number
Fax Number
Listed below are the names and addresses of all stockholders, partners or individuals who own ten (10) percent
or more of its stock of any classes, or who own ten (10) percent or greater interest therein.
(To be completed by for profit only)
Full Name of Individual Address of Individual Share (%) Owned
1.
2.
3.
Notes:
1. Attach additional sheets in this format, if necessary.
2. If an organization is shown as a greater
Then 10% owner, attach a similar breakdown of their/ its
individual owners.
11
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLOHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
AFFIDAVIT OF NON-COLLUSION
The undersigned, being duly sworn according to law, deposes and says:
1. I reside at
2. The name of the within applicant is
3. I executed the said proposal on behalf of the applicant with full authority to do so.
4. The applicant has not directly or indirectly entered into any agreement, participated in any collusion or
otherwise taken any action in restraint of free competitive proposal in connection with the contract.
5. All statements contained in the Qualification Statement and Proposal and in this Affidavit are true and
correct and were made with the full knowledge that the Borough of Florham Park, County of Morris, its
officers and employees, relies upon the truth of the statements therein made in awarding the above-named
contract.
6. I further warrant that no person or selling agency has been employed or retained to solicit or service such
contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee,
except bonfire employees of or bonafide established commercial selling agencies maintained by the
applicant.
Sworn and subscribed to
before me on this day of
, 2025
Signature of Applicant
Signature of Notary
Print Name
Print Name
12
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLOHAM PARK
PROPOSAL RECEIPT DATE: DECEMBER 18, 2025 11:00am
APPENDIX A
LETTER OF QUALIFICATION
(Note: To be typed on Respondent’s Letterhead. No modifications may be made to this
letter)
Patrice Visco
CFO/Purchasing Agent
Borough of Florham Park
111 Ridgedale Avenue
Florham Park NJ 07932
Dear Ms. Visco:
The undersigned has/have reviewed the Qualification Statement submitted in response to
the Request for Proposals (RFP) issued by the Borough of Florham Park (“Borough”), dated
(month, date, year) in connection with the Borough’s need to appoint, various
professional services.
I/We affirm that the contents of the Qualification Statement (which Qualification Statement
is incorporated herein by reference) are accurate, factual and complete to the best of my/our
knowledge and belief and that the Qualification Statement is submitted in good faith upon
express understanding that any false statement may result in the disqualification of (Name
of Respondent).
(Respondent shall sign and complete the spaces provided below. If a joint venture,
appropriate officers of each company shall sign.)
(Signature-Chief (Signature-Chief
Executive Officer) Financial Officer)
Typed Name and Title Typed Name and Title
Typed Name of Firm* Typed Name of Firm*
Dated: Dated:
Each member of a joint venture, partnership or other formal organization shall execute this
Letter of Qualification or the joint venture, partnership or other formal organization must
provide documentation that the person signing has the authority to execute this Letter of
Qualification on its behalf.
13
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: December 18, 2025 11:00am
APPENDIX B
LETTER OF INTENT
(Note: To be typed on Respondent’s Letterhead. No modifications may be made to this letter)
Patrice Visco
CFO / Purchasing Agent
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Dear Ms. Visco:
The undersigned, as Respondent, has (have) submitted the attached Qualification
Statement in response to a Request for Proposals (RFP), issued by the Borough of Florham
Park (“Borough”), dated (month date, year), in connection with the Borough’s need for
Professional Services for the year 2026.
(Name of Respondent) HEREBY STATES:
1. The Qualification Statement contains accurate, factual and complete information.
2. (Name of Respondent) agrees (agree) to participate in good faith in the procurement
process as described in the RFP.
3. (Name of Respondent) acknowledges (acknowledge) that all costs incurred by it
(them) in connection with the preparation and submission of the Qualification
Statement and any proposal prepared and submitted in response to the RFP, or any
negotiation which results therefrom, shall be borne exclusively by the Respondent.
4. (Name of Respondent) hereby declares (declare) that the only persons participating
in this Qualification Statement as Principals are named herein and that no person
other than those herein mentioned has any participation in this Qualification
Statement or in any contract to be entered into with respect thereto. Additional
persons may subsequently be included as participating Principals, but only if
acceptable to the Borough. (Name of Respondent) declares that this Qualification
Statement is made without connection with any other person, firm or parties who
has submitted a Qualification Statement, except as expressly set forth below and
that it has been prepared and has been submitted in good faith and without collusion
or fraud.
14
BOROUGH OF FLORHAM PARK
REQUEST FOR PROPOSALS: 2026 MUNICIPAL AFFORDABLE HOUSING
ADMINISTRATOR FOR THE BOROUGH OF FLORHAM PARK
PROPOSAL RECEIPT DATE: December 18, 2025 11:00am
5. (Name of Respondent) acknowledges and agrees that the Borough may modify,
amend, suspend and/or terminate the procurement process (in its sole judgment). In
any case, the Borough shall not have any liability to the Respondent for any costs
incurred by the Respondent with respect to the procurement activities described in this
RFP.
6. (Name of Respondent) acknowledges that any contract executed with respect to the
provision of all positions included in this RFP must comply with all applicable
affirmative action and similar laws. Respondent hereby agrees to take such actions
as are required in order to comply with such applicable laws. Respondent, if
awarded a contract, will submit evidence of appropriate affirmative action
compliance by providing either a 10 Letter of Federal Approval, or a 2) Certificate
of Employee Information Report, or a 3) copy of a completed Initial Employee
Report, Form AA-302.
(Respondent shall sign and complete the space provided below. If a joint venture,
appropriate officers of each company shall sign.)
Signature of Chief Executive Officer)
(Typed Name and Title)
(Typed Name of Firm)*
Dated:
Each Member of a joint venture, partnership or other formal organization shall execute
this Letter of Intent or the joint venture, partnership or other formal organization must
provide documentation that the person signing has the authority to execute this Letter of
Intent on its behalf.
--- Document: Notice to Bidders-Chemicals.docx ---
Borough of Florham Park
111 Ridgedale Avenue Florham Park, NJ 07932 Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
CHEMICAL SUPPLY BID
(15% Sodium Hypochlorite & 38% Sodium Bisulfite) FOR June 15, 2024- June 15, 2025
CONTRACT # FP24-03
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough of Florham Park on Thursday, June 6, 2024 at 10AM local prevailing time at the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which time and place bids will be opened and read in public for:
Bid packages may be picked up or inspected by electronic request to at sherold@fpboro.net.
The Bid will be based upon the LOWEST UNIT PRICE per GALLON for varying quantities of chemicals.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and Contract number; and shall contain the name and address of the Bidder on the envelope. The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act (Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that award will not be made to any bidder whom the Commissioner of Labor and Industry does not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and required by the Specifications. They must be accompanied by a certified check, cashier’s check, or bid bond on the form provided of not less than 10% of the amount of bid (based on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent of Surety statement in the form provided from a Surety Company stating that the Surety Company will provide the bidder with a bond for 100% of the Contract amount in the event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A. 40A:11-23(c) (1). All interested bidders should check the website from now through bid opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If awarded a contract, your company/firm will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting forth the names and addresses of all the stockholders in the corporation or members of the partnership who own ten percent (10%) or more of its stock, or have a ten percent (10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60) days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the contract after the award of the bid has been made due to funding or other reasons. The prices bid for various items of work shall not be adjusted due to the deletion of any work and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the Borough of Florham Park’s Sewer Utility at 31 Vreeland Road, Florham Park, NJ to examine all facilities that are to be used in connection with the performance of the proposed services. To arrange a visit please contact Suzanne Herold at 973-377-1330. The Plant is open for visitors from 7:00 AM to 3:00PM weekdays.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and to accept any bid that will be in the best interest of the Borough of Florham Park according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME Borough Engineer
--- Document: 24-03Chemical Bid.pdf ---
1
CHEMICAL SUPPLY BID
(15% Sodium Hypochlorite & 38% Sodium Bisulfite)
FOR June 15, 2024- June 15, 2025
CONTRACT # FP24-03
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Thursday, June 6, 2024 at 10AM local prevailing time at the Borough
Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932 at which
time and place bids will be opened and read in public for:
Bid packages may be picked up or inspected by electronic request to at sherold@fpboro.net.
The Bid will be based upon the LOWEST UNIT PRICE per GALLON for varying quantities of
chemicals.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
2
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the Borough of Florham Park’s Sewer Utility at
31 Vreeland Road, Florham Park, NJ to examine all facilities that are to be used in
connection with the performance of the proposed services. To arrange a visit please
contact Suzanne Herold at 973-377-1330. The Plant is open for visitors from 7:00 AM to
3:00PM weekdays.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
3
BOROUGH OF FLORHAM PARK
GENERAL INSTRUCTIONS
1.
SUBMISSION OF BIDS
A. Sealed bids shall be received in accordance with public advertisement as required by law,
a copy of said notice being attached hereto and made a part of these specifications.
B. Each bid shall be submitted on the proposal form attached, in a sealed envelope
(1) Addressed to the Borough Clerk
(2) Bearing the name and address of the bidder on the outside
(3) Clearly marked “BID” with the name of the item(s) being bid. Provide One (1) Original
& One (1) copy of the bid. Faxed or emailed bids will NOT be accepted.
(4) We are storing all responses electronically, therefore submit all pages of the response
on a CD or USB flash drive in addition to the printed copies. Bidders name to be
identified on either the CD or USB flash drive being submitted.
C. It is the bidder’s responsibility to see that bids are presented to the Borough Clerk on the
hour and at the place designated. Bids may be hand delivered or mailed; however, the
Borough disclaims any responsibility for bids forwarded by regular or express mail. If the
bid is sent by express mail, the designation in B. above must also appear on the
outside of the express company envelope. Bids received after the designated time and
date will be returned unopened.
D. The Borough reserves the right to postpone the date for presentation and opening of bids
and will give written notice of any such postponement to each perspective bidder as
required by law.
E. Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn
upon written application of the bidder who shall be required to produce evidence showing
that the individual is or represents the principal or principals involved in the bid. Once bids
have been opened, they shall remain firm for a period of sixty (60) calendar days.
F. Each bid proposal form must give the full business address, business phone, fax, e-mail,
the contact person of the bidder, and be signed by an authorized representative as follows:
• Bids by partnerships must be signed in the partnership name by one of the members
of the partnership or by an authorized representative followed by the signature and
designation of the person signing.
• Bids by corporations must be signed in the legal name of the corporation, followed
by the name of the State in which incorporated and must contain the signature and
designation of the president, secretary or other person authorized to bind the
corporation in the matter.
• Bids by sole-proprietorship shall be signed by the proprietor.
• When requested, satisfactory evidence of the authority of the officer signing shall be
furnished.
G. Multiple Bids Not Accepted
More than one bid from an individual, a firm or partnership, a corporation or association
under the same or different names shall not be considered.
H. Official Request for Bid packages are available from the Borough of Florham Park’s Sewer
and Water Utilities located at 31 Vreeland Road, Florham Park at no cost to the prospective
bidders. All addenda are posted on the Borough’s website and issued in accordance with
N.J.S.A. 40A:11-23(c) (1). Potential bidders are cautioned that they are bidding at their
own risk if a third party supplied the specifications that may or may not be complete. The
Borough of Florham Park is not responsible for third party supplied specifications.
4
I. Results of all bids are posted on the Borough’s website.
2.
BID SECURITY
The following provisions, if indicated by an (x), shall be applicable to this bid and be
made a part of the bidding documents:
A.
BID GUARANTEE
Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount
of ten percent (10%) of the total price bid (based on a one year quantity on the Bid Proposal
Form), but not in excess of $20,000, payable unconditionally to the Borough.
When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond
from a surety company authorized to do business in the State of New Jersey and acceptable
to the Borough.
The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law.
The check or bond of the bidder to whom the contract is awarded shall be retained until a
contract is executed and the required performance bond or other security is submitted.
The check or bond of the successful bidder shall be forfeited if bidder fails to enter into
contract pursuant to statute. Failure to submit required guarantee shall be cause for
rejection of the bid.
B.
BIDDER’S AFFIDAVIT
Bidder shall submit authorization to execute bid and deem it as a true offer of the Bidder.
C.
CONSENT OF SURETY
Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for
full amount of bid price from a Surety Company authorized to do business in the State of
New Jersey and acceptable to the Borough stating that it will provide said bidder to whom
the contract is awarded will furnish Performance and Payment Bonds from an acceptable
surety company on behalf of said bidder, in performance security equal to the total amount
of the contract, pursuant to statute.
Failure to submit this shall be cause for rejection of the bid.
D.
PERFORMANCE BOND
Successful bidder shall simultaneously with the delivery of the executed contract, submit
an executed bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract.
The performance bond provided shall not be released until final acceptance of the whole
work and then only if any liens or claims have been satisfied. The surety on such bond or
bonds shall be a duly authorized surety company authorized to do business in the State of
New Jersey pursuant to N.J.S.A. 17:31-5. For multi-year contracts, the Performance Bond
may be resubmitted each year on the Contract Anniversary Date for the amount remaining
on the contract.
Failure to submit this with the executed contract shall be cause for declaring contract null
and void pursuant to N.J.S.A. 40A:11-22.
D.
LABOR AND MATERIAL (PAYMENT) BOND
The successful bidder shall with the delivery for the performance bond submit an executed
payment bond to guarantee payment to laborers and suppliers for the labor and material
used in the work performed under the contract.
Failure to submit a labor and material bond with the performance bond shall be cause for
declaring the contract null and void.
5
E.
MAINTENANCE BOND
Upon acceptance of the work by the Borough, the contractor shall submit a maintenance
bond (N.J.S.A. 40A:1-16.3) in an amount not to exceed 100% of the project costs
guaranteeing against defective quality of work or materials for the period of:
1 Year
2 Years
3.
PREPARATION OF BIDS (PRICING INFORMATION AND FORMS)
A. (1) The Borough of Florham Park is exempt from any local, state or federal sales, use or
excise tax. Florham Park Borough will not pay for New Jersey State Sales and Use Tax
that are included in any invoices. Florham Park Borough will not pay service charges
such as interest and late fees.
(2) The Borough of Florham Park or any of its offices and divisions will not complete credit
applications as a result of contract(s) resulting from award based on these
specifications.
The Borough of Florham Park is rated by:
Moody’s Investors Services: Aaa
B. Bids shall be signed in ink (Original Signature Required) by the bidder, all quotations shall
be made with a typewriter/computer or pen and ink. Any quotation showing any erasure
alteration must be initialed by the bidder in ink. Unit prices and totals are to be inserted in
spaces provided.
C. Failure to sign and give all information in the bid may result in the bid being rejected.
D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The Borough has
attempted to identify the item(s) and the estimated amounts of each item bid to cover its
requirements; however, past experience shows that the amount ordered may be different
than that submitted for bidding. The right is reserved to decrease or increase the quantities
specified in the specifications pursuant to N.J.A.C. 5:30-11.2 and 11.10. NO MINIMUM
PURCHASE IS IMPLIED OR GUARANTEED.
E. Bidders shall insert prices for furnishing goods and services required by these specifications.
Prices shall be net including any charges for packing, crating, containers etc. All
transportation charges shall be fully prepaid by the contractor, F.O.B. destination and
placement at locations specified by the Borough. No additional charges will be allowed for
any transportation costs resulting from partial shipments made at vendor’s convenience
when a single shipment is ordered.
F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid
may be withdrawn in the 60 day period after the bids are received.
G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE
BID DOCUMENT CHECKLIST PAGE.
H. Results of all bids are posted on the Borough website www.fpboro.net
4.
FIRM FIXED CONTRACT
This is a firm fixed contract, prices firm, FOB Borough of Florham Park locations. No price
escalation. The vendor shall void the contract and permit Florham Park Borough to solicit open
market pricing should any price increase or surcharge be imposed.
5.
INTERPRETATIONS AND ADDENDA
6
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the Borough. The bidder accepts the obligation to become familiar with these
specifications.
B. Bidders are expected to examine the specifications and related documents with care and
observe all their requirements. Ambiguities, errors or omissions noted by bidders should
be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to
notify the Borough of such ambiguities, errors or omissions, the bidder shall be bound by
the bid.
C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every
request for an interpretation shall be in writing, addressed to the Purchasing Agent,
referencing the Contract Name and Contract Number in the subject line, at
pvisco@fpboro.net. In order to be given consideration, written requests for interpretation
and or clarification must be received at last three (3) business days prior to the date fixed
for the opening of the bids.
D. All interpretations, clarifications and any supplemental instructions will be in the form of
written addenda to the specifications, and will be distributed to all prospective bidders. All
addenda so issued shall become part of the specification and bid documents, and shall be
acknowledged by the bidder by completing the Acknowledgement of Receipt of Addenda
form. The Borough’s interpretations or corrections thereof shall be final.
Pursuant to N.J.S.A. 40A:11-23(c)(1) when issuing addenda, the owner shall provide
required notice prior to official receipt of bids to any person who has submitted a bid or who
has received a bid package. They will be sent via electronic transmissions to those known
recipients of the bid specifications.
E. Discrepancies in Bids
1. If the amount shown in words and its equivalent figures do not agree, the written words
shall be binding. Ditto marks are not considered writing or printing and shall not be
used.
2. In the event that there is a discrepancy between the unit prices and the extended totals,
the unit price shall prevail. In the event there is an error of the summation of the
extended totals, the computation by the Borough of the extended totals shall govern.
6.
BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE
A. Brand names and or descriptions used in this bid are to acquaint bidders with the type of
commodity desired and will be used as a standard by which alternate or competitive
materials offered will be judged. Competitive items must be equal to the standard described
and be of the same quality of work.
B. Variations between the goods and services described and the goods and services offered
are to be fully identified and explained by the bidder on a separate sheet and submitted
with the bid proposal form. Vendor’s literature will not suffice in explaining exceptions to
these specifications. In the absence of any exceptions by the bidder, it will be presumed
and required that materials as described in the proposal be delivered.
C. It is the responsibility of the bidder to demonstrate the equivalency of goods and services
offered. The Borough reserves the right to evaluate equivalency of a product which, in its
deliberations, meets its requirements.
D. In submitting its bid, the bidder certifies that the goods or services to be furnished will not
infringe upon any valid patent or trademark and that the successful bidder shall, at its own
expense, defend any and all actions or suits charging such infringement, and will save the
Borough harmless from any damages resulting from such infringement.
7
E. Only manufactured and farm products of the United States, wherever available, shall be
used pursuant to N.J.S.A. 40A:11-18.
F. Wherever practical and economical to the Borough, it is desired that recycled or recyclable
products be provided. Please indicate when recycled products are being offered.
G. The contractor shall guarantee any or all goods and services supplied under these
specifications. Defective or inferior goods shall be replaced at the expense of the contractor.
The contractor will be responsible for return freight or restocking charges.
7.
METHOD OF CONTRACT AWARD
A. The Borough reserves the right to accept or reject any or all bids, to waive identified
irregularities and technicalities, and to award in whole or in part to the lowest responsible
bidder, if it is in the best interest of the Borough to do so. Without limiting the generality
of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected, any
bid having erasures or corrections in the price sheet may be rejected, any bid in which unit
prices are omitted, or in which unit/total prices are unbalanced, may be rejected, any bid
accompanied by any insufficient or irregular certified check, cashier’s check or bid bond
may be rejected.
B. The Borough further reserves the right to award each item separately to the lowest
responsible bidder meeting specifications or to make an award based on the total bid to the
bidder whose total sum is the low bid meeting the specifications, whichever in the awarding
authorities’ opinion is in the best interest of the Borough. Without limiting the generality
of the foregoing, the Borough reserves the right to award a contract based on either option
that may be described in the bid proposal or based on any combination thereof.
C. The Borough may also elect to award the contract on the basis of unit prices.
D. The Borough reserves the right to award equal or tie bids at their discretion to any one of
the tie bidders.
E. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the
Borough may then, at its option, accept the bid of the next lowest responsible bidder.
F. The effective period of this contract will be two years unless otherwise noted in the
specifications. Continuation of the terms of this contract beyond the fiscal year is contingent
on availability of funds in the following year’s budget. In the event of unavailability of such
funds, the Borough reserves the right to cancel this contract.
G. The form of contract shall be submitted by the Borough to the successful bidder. Terms of
the specifications/bid package prevail. Bidder exceptions must be formally accepted by the
Borough; material exceptions shall not be approved.
H. Government entities are not private business/consumer clients; therefore, separate
company agreements are not honored. Terms of the specifications/bid package prevail
unless otherwise noted by the vendor as exceptions.
8.
CAUSES FOR REJECTING BIDS
Bids may be rejected for any of the following reasons:
A. All bids pursuant to N.J.S.A. 40A:11-13.2;
B. If more than one bid is received from an individual, firm or partnership, corporation or
association under the same name;
C. Multiple bids from an agent representing competing bidders;
D. The bid is inappropriately unbalanced;
8
E. If the successful bidder fails to enter into a contract within 21 days, Sundays and holidays
excepted, or as otherwise agreed upon by the parties to the contract. In this case at its
option, the Borough may accept the bid of the next lowest responsible bidder. (N.J.S.A.
40A:11-24b)
9.
NEW JERSEY PREVAILING AGE ACT (When Applicable) N.J.S.A. 34:11-56.25 et seq.
Pursuant to N.J.S.A. 34:11-56.25 et seq, contractors on projects for public work shall adhere
to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to
submit a certified payroll record to the owner within ten (10) days of the payment of wages.
The contractor is also responsible for obtaining and submitting all subcontractors’ certified
payroll records within the aforementioned time period. The contractor shall submit said
certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It is the contractor’s
responsibility to obtain any additional copies of the certified payroll form to be submitted by
contacting the New Jersey Department of Labor and Workforce Development, Division of
Workplace
Standards.
Additional
information
is
available
at
http://lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html.
10.
THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT–N.J.S.A. 34:11-56.48 et seq.
N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed
subcontractors named in the contractor’s bid proposal shall possess a certificate at the time
the bid proposal is submitted. After bid proposals are received and prior to award of contract,
the successful contractor shall submit a copy of the contractor’s certification along with those
of all listed subcontractors. All non-listed subcontractors and lower tier sub-subcontractors
shall be registered prior to starting work on the project. It is the general contractor’s
responsibility that all non-listed sub-contractors at any tier have their certificate prior to
starting work on the job.
Under the law a “contractor” is “a person, partnership, association, joint stock company, trust,
corporation or other legal business entity or successor thereof who enters into a contract” which
is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34: 11-56.25, et
seq.) It applies to contractors based in New Jersey or in another state.
The law defines “public works projects” as contracts for “public work” as defined in the
Prevailing Wage statue (N.J.S.A. 34:11-56.25(5)). The term means:
•
“Construction, reconstruction, demolition, alteration, or repair work, or maintenance
work, including painting and decorating, done under contract and paid for in whole or
in part out of the funds of a public body, except work performed under a rehabilitation
program.
•
“Public work” shall also mean construction, reconstruction, demolition, alteration, or
repair work, done on any property or premises, whether or not the work is paid for from
public funds…”
•
“Maintenance work” means the repair of existing facilities when the size, type or extent
of such facilities is not thereby changed or increased. While “maintenance” includes
painting and decorating and is covered under the law, it does not include work such as
routine landscape maintenance or janitorial services.
To register, a contractor must provide the State Department of Labor and Workforce
Development with a full and accurately completed application form. The form is available online
at http://lwd.dol.state.nj.us/labor/wagehour/regperm/pw_cont_reg.html.
N.J.S.A. 34:11-56.55 specifically prohibits accepting applications for registration as a substitute
for a certificate or registration.
11.
NON-COLLUSION AFFIDAVIT – N.J.S.A. 52:34-15
9
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed
and submitted intact with the proposal.
12.
NEW JERSEY ANTI-DISCRIMINATION – N.J.S.A. 10:2-1
There shall be no discrimination against any employee engaged in the work required to produce
the goods and services covered by any contract resulting from this bid, or against any applicant
to such employment because of race, religion, sex, national origin, creed, color, ancestry, age,
marital status, affectional or sexual orientation, familial status, liability for service in the Armed
Forces of the United States, or nationality. This provision shall include, but not be limited to
the following: employment upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation, and selection
for training, including apprenticeship. The contractor shall insert a similar provision in all
subcontracts for services to be covered by any contract resulting from this bid.
13.
MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE – N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17-27 et seq.
No firm may be issued a contract unless it complies with the affirmative action provisions of
N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. as administered by the Division of
Purchase & Property Contract Compliance and Audit Unit (Division) and provided below. The
contract will include the language included as attachment A in this specification.
1. Goods, Professional Services and Service Contracts
Each contractor shall submit to the public agency, after notification of award but prior to
execution of a goods and services contract, one of the following three documents:
i.
A Letter of Federal Approval indicating that the vendor is under an existing federally
approved or sanctioned affirmative action program. A copy of the letter must be
provided by the vendor to the Public Agency and Division. This approval letter is valid
for one year from the date of issuance.
ii. A Certificate of Employee Information Report (hereafter “Certificate”), issued in
accordance with N.J.A.C. 17:27 et seq. The vendor must provide a copy of the
Certificate to the Public Agency as evidence of its compliance with the regulations. The
Certificate represents the review and approval of the vendor’s Employee Information
Report, Form AA-302 by the Division
iii. The successful bidder shall complete an Initial Employee Report, Form AA-302 and
submit it to the Division with a check or money order for $150.00 made payable to
“Treasurer, State of New Jersey" www.state.nj.us/treasury/contract_compliance
2. Construction Contracts
All successful contractors shall complete and submit an Initial Project Manning Report
(AA201-available
on-line
at
www.state.nj.us/treasury/contract_compliance
upon
notification of award. Proper completion and submission of this Report shall constitute
evidence of the contractor’s compliance with the regulations. Failure to submit this form
may result in the contract being terminated. The contractor also agrees to submit a copy
of the Monthly Project Workforce Report, Form AA-202 once a month thereafter for the
duration of the contract to the Department of LWD and to the Public Agency.
14.
AMERICANS WITH DISABILITIES ACT OF 1990 – 42 U.S.C. S121 01 et seq.
Discrimination on the basis of disability in contracting for the purchase of goods and services
is prohibited. Bidders are required to read Americans with Disabilities language that is included
in this specification and agree that the provisions of Title II of the Act are made a part of the
contract. The contractor is obligated to comply with the Act and to hold the Borough harmless.
15.
WORKER AND COMMUNITY RIGHT TO KNOW ACT – N.J.S.A. 34:5A-1 et seq.
10
The manufacturer or supplier of chemical substances or mixtures shall label them in accordance
with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C.
5:89-5 et seq.).
All direct use containers shall bear a label indicating the chemical name(s) and Chemical
Abstracts Service number(s) of all hazardous substances in the container, and all other
substances which are among the five most predominant substances in the container, or their
trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The
Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S.
Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS)
as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and
Regulations as adopted in the final rule by DEPARTMENT OF LABOR, Occupational Safety and
Health Administration, 29 CFR Parts 1910, 1915, and 1926, {Docket No. OSHA-H022K-2006-
0062, (formerly Docket No. H022K)}, RIN 1218-AC20, Hazard Communication. Further, all
applicable documentation must be furnished.
16.
STATEMENT OF CORPORATE OWNERSHIP – N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership,
limited liability corporation, limited liability partnership, Subchapter S corporation or sole
proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or
accompanying the bid of the corporation, partnership, limited partnership, there is submitted
to the Borough a statement setting forth the names and addresses of all stockholders who own
10% or more of the stock, of any class or of all individual partners who own a 10% or greater
interest in the corporation, partnership, limited partnership, limited liability corporation, limited
liability partnership, Subchapter S corporation or sole proprietorship. If one or more such
stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or
more of that corporation’s stock, or the individual partners owning 10% or greater interest in
that partnership, as the case may be, shall also be listed. The disclosure shall be continued
until names and addresses of every noncorporate stockholder and individual partner, exceeding
the 10% ownership criteria established in this act has been listed. This form shall be signed
and submitted with the bid/proposal whether or not a stockholder or partner owns less than
10% of the business submitting the bid. Failure to comply requires mandatory rejection of the
bid/proposal.
17.
INSURANCE AND INDEMNIFICATION
If it becomes necessary for the contractor, either as principal or by agent or employee, to enter
upon the premises or property of the owner in order to construct, erect, inspect, make delivery
or remove property hereunder, the contractor hereby covenants and agrees to take use,
provide and make all proper, necessary and sufficient precautions, safeguards, and protection
against the occurrence of happenings of any accident, injuries, damages, or hurt to person or
property during the course of the work herein covered and be his/her sole responsibility.
The contractor further covenants and agrees to indemnify and save harmless the owner from
the payment of all sums of money or any other consideration(s) by reason of any, or all, such
accidents, injuries, damages, or hurt that may happen or occur upon or about such work and
all fines, penalties and loss occurred for or by reason of the violation of any owner regulation,
ordinance or the laws of the State, or the United States while said work is in progress.
The contractor shall maintain sufficient insurance to protect against all claims under Workers
Compensation, General Liability and Automobile and shall be subject to approval for adequacy
of protection and certificates of such insurance shall be provided with the owner named as
additional insured.
A. Insurance Requirements
Worker’s Compensation and Employer’s Liability Insurance
11
This insurance shall be maintained in full force during the life of this contract by the bidder
covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-
12(a) and N.J.A.C. 12:35-1.6. Minimum Employer’s Liability $1,000,000
General Liability Insurance
This insurance shall have limits of not less than $1,000,000 any one person and $1,000,000
any one accident for bodily injury and $2,000,000 aggregate for property damage, and shall
be maintained in force during the life of the contract.
Automobile Liability Insurance
This insurance covering bidder for claims arising from owned, hired and non-owned vehicles
with limits of not less than $1,000,000 any one person and $1,000,000 any one accident for
bodily injury and $1,000,000 each accident for property damage, shall be maintained in force
during the life of this contract by the bidder.
B. Certificates of the Required Insurance
Certificates as listed above shall be submitted along with the contract as evidence covering
Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable,
necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be
with acceptable insurance companies operating on an admitted basis in the State of New Jersey
and shall name the OWNER as an additional insured.
Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and
shall name the OWNER as an additional insured.
C. Indemnification
The Contractor agrees to indemnify and save harmless the Borough, its officers, agents and
employees, from all claims, suits or actions, and damages or costs of every name and
description to which the owner may be subjected or put by reason of injury to the person or
property of another, or the property of the owner, resulting from:
a) negligent acts or missions on the part of the contractor, the contractor’s agents, servants
or subcontractors in the delivery of goods and services, or in the performance of the work
under the contract; and,
b) the use of any copyrighted or copyrighted composition, valid trademark, secret process,
patented or unpatented invention or article furnished or used in the performance of this
contract.
Florham Park Borough will not accept Mutual Limitation of Liability terms.
18.
PAYMENT
Payment will be made after a properly executed Borough voucher has been received and
formally approved on the voucher list by the Mayor and Council at its subsequent regular
meeting. The voucher will be certified correct by the department/division head who received
the goods or services.
19.
TERMINATION
A. If, through any cause, the contractor shall fail to fulfill in a timely manner obligations under
the contract or if the contractor shall violate any of the requirements of the contract, the
Borough shall there upon have the right to terminate the contract by giving written notice
to the contractor of such termination and specifying the effective date of termination. Such
termination shall relieve the Borough of any obligation for balances to the contractor of any
sum or sums set forth in the contract. Florham Park Borough will pay for goods and services
accepted prior to termination.
12
B. Notwithstanding the above, the contractor shall not be relieved of liability to the Borough
for damages sustained by the Borough by virtue of any breach of the contract by the
contractor and the Borough may withhold any payments to the contractor for the purpose
of compensation until such time as the exact amount of the damage due the Borough from
the contractor is determined.
C. The contractor agrees to indemnify and hold the Borough harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising
out of the lawful termination of the contract by the Borough under this provision.
D. In case of default by the contractor, the Borough may procure the goods and services from
other sources and hold the contractor responsible for any excess cost.
E. Continuation of the terms of the contract beyond the fiscal year is contingent on availability
of funds in the following year’s budget. In the event of unavailability of such funds, the
Borough reserves the right to cancel the contract.
F. It is understood by all parties that if, during the life of the contract, the contractor disposes
of his/her business concern by acquisition, novation, merger, sale and/or transfer or by any
means convey his/her interest(s) to another party, all obligations are transferred to the
new party. In this event, the new owner(s) will be required to submit all
documentation/legal instruments that were required in the original bid/contract. Any
changes shall be approved by the Borough.
G. The contractor will not assign any interest in the contract and shall not transfer any interest
in the same without the prior written consent of the Borough.
H. The Borough may terminate the contract for convenience by providing sixty (60) calendar
days advanced notice to the contractor.
I. The contractor shall maintain all documentation related to products, transactions or services
under this contract for a period of five years from the date of final payment. Such records
shall be available to the New Jersey Office of the State Comptroller upon request.
I. For contracts that exceed one year, each fiscal year payment obligation of the Borough is
conditioned upon the availability of Florham Park Borough funds appropriated or allocated
for the payment of such an obligation. If funds are not allocated and available for the
continuance of any services performed by the bidder awarded the contract (contractor)
hereunder, whether in whole or in part, the Borough at the end of any particular fiscal year
may terminate such services. The Borough will notify the contractor in writing immediately
of any services that will be affected by a shortage of appropriated funds. This provision
shall not be construed so as to permit the Borough to terminate the contract during the
term, or any service hereunder, merely in order to acquire identical services from another
contractor.
J. Neither party shall be responsible for any resulting loss or obligation to fulfill duties as
specified in any of the terms or provisions of a contract if the fulfillment of any term or
provision of the contract is delayed or prevented by any revolutions, insurrections, riots,
wars, acts of enemies, national emergencies, strikes, floods, fires, acts of God, or by any
cause not within the control of the party whose performance is interfered with which by the
exercise of reasonable diligence such party is unable to prevent. Additionally, if the
fulfillment of any of the terms and provisions of the contract is delayed or prevented by any
court order, or action or injunction or other such agreement, the contract shall become
voidable by Florham Park Borough by notice to the parties.
20.
ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC.
It is understood by all parties that if, during the life of the contract, the contractor disposes of
his/her business concern by acquisition, merger, sale and/or transfer or by any means convey
his/her interest(s) to another party, all obligations are transferred to that new party. In this
13
event, the new owners(s) will be required to submit, when required, a performance bond in the
amount of the open balance of the contract.
21.
ADDITIONS/DELETIONS OF SERVICE
The Borough reserves the right to add and/or delete services to this contract. Should a service
requirement be deleted, payment to the Contractor will be reduced proportionally to the
amount of service deleted in accordance with the bid price. Should additional services be
required, payment to the Contractor will be increased proportionally to the amount of service
added in accordance with the bid price.
22.
Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal
blank(s) set forth in these specifications.
23.
Bidders shall not write in margins or alter the official content or requirements of the Borough
bid documents.
24.
SPECIFICATIONS
Any prospective bidder who wishes to challenge a bid specification shall file such challenges in
writing with the contracting agent no less than three business days prior to the opening of the
bids. Challenges filed after that time shall be considered void and having no impact on the
contracting unit or the award of contract.
25.
OWNERSHIP OF MATERIAL
The owner shall retain all of its rights and interest in any and all documents and property both
hard copy and digital furnished by the owner to the contractor for the purpose of assisting the
contractor in the performance of this contract. All such items shall be returned immediately to
the owner at the expiration or termination of the contract or completion of any related services,
pursuant thereto, whichever comes first. None of the documents and/or property shall, without
the written consent of the owner, be disclosed to others or used by the contractor or permitted
by the contractor to be used by their parties at any time except in the performance of the
resulting contract.
Ownership of all data, materials and documentation originated and prepared for the owner
pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized
information, programs and materials related to this project shall be delivered to and become
the property of the owner upon completion of the project. The contractor shall not have the
right to use, sell, or disclose the total of the interim or final work products, or make available
to third parties, without the prior written consent of the owner. All information supplied to the
owner may be required to be supplied on CD-ROM media compatible with the owner’s computer
operating system, windows based, Microsoft Office Suite 2010.
26.
TRUTH IN CONTRACTING LAW
N.J.S.A. 2C:21-34, et seq. governs false claims and representation. It is a serious crime
for the bidder to knowingly submit a false claim and/or knowingly make material
misrepresentation.
N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offers a benefit
to a public servant for an official act performed or to be performed by a public servant,
which is a violation of official duty.
N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or
indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.
Bidder should consult the statutes or legal counsel for further information.
27.
PROOF OF N.J. BUSINESS REGISTRATION CERTIFICATE N.J.S.A. 52:32-44
Pursuant to N.J.S.A. 52:32-44, Florham Park Borough (“Contracting Agency”) is prohibited from
entering into a contract with an entity unless the bidder/proposer/contractor, and each
subcontractor that is required by law to be named in a bid/proposal/contract has a valid
14
Business Registration Certificate on file with the Division of Revenue and Enterprise Services
within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency
with its proof of business registration and that of any named subcontractor(s).
Subcontractors named in a bid or proposal shall provide proof of business registration to the
bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract,
purchase order, or other contracting document is awarded or authorized.
During the course of contract performance:
(1) The contractor shall not enter into a contract with a subcontractor unless the
subcontractor first provides the contractor with a valid proof of business registration.
(2) The contractor shall maintain and submit to the Contracting Agency a list of
subcontractors and their addresses that may be updated from time to time.
(3) The contractor and any subcontractor providing goods or performing services under the
contract, and each of their affiliates, shall collect and remit to the Director of the Division
of Taxation in the Department of Treasury, the use tax due pursuant to the Sales and
Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property
delivered in the State. Any questions in this regard can be directed to the Division of
Taxation
at
(609)
292-6400.
Form
NJ-REG
can
be
filed
online
at
www.state.nj.us/treasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting
Agency a complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a
business registration as required, or that provides false business registration information, shall
be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000, for each
proof of business registration not properly provided under a contract with a contracting agency.
Emergency Purchases or Contracts
For purchases of an emergent nature, the contractor shall provide its Business Registration
Certificate within two weeks from the date of purchase or execution of the contract or prior to
payment for goods or services, whichever is earlier.
28.
PAY TO PLAY – NOTICE OF DISCLOSURE REQUIREMENT
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)
pursuant to N.J.S.A. 19:44A-20.27 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 888-313-3532
or at www.elec.state.nj.us.
29.
NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS
Public funds may be used to pay only for goods delivered or services rendered. Florham Park
Borough will not pay penalties and/or interest on overdue bills. No employee is authorized to
sign a letter of credit or any other document that represents a legal commitment on the part
of the Borough to pay additional fees.
30.
W-9
Successful bidder/respondent shall complete W-9 Form and submit to Finance prior to contract
award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf
31.
Health Insurance Portability and Accountability Act of 1996-HIPAA (If Applicable)
15
Both parties agree to comply with all requirements of the Federal Health Insurance Portability
and Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the
corresponding HIPAA regulations for the confidentiality and security of medical information.
The Contractor shall:
• Not use or disclose protected health information other than as permitted or required by law
• Use appropriate safeguards to protect the confidentiality of the information
• Report any use or disclosure not permitted
The contractor, by execution of the contract, shall thereby indemnify and hold the Borough
harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred
as the result of the failure of the contractor to comply with the requirements of the Health
Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting
the privacy of persons using its services.
32.
PUBLIC EMERGENCY
In the event of a Public Emergency declared at the Local, State or Federal Level, if the Borough
opts to extend terms and conditions of this bid, the contractor agrees to extend the terms and
conditions of this bid, whether existing, expiring or expired no longer than six months, for
goods and/or services for the duration of the emergency. In the event the original contractor
cannot meet this requirement, the Borough may solicit the goods and/or services from any
bidder on this contract.
33.
The owner and the Contractor each bind themselves and their successors, executors,
administrators, heirs and assigns and legal representatives of the other party respecting all
covenants and agreements and obligations of this contract.
34.
The terms of this Agreement shall be construed and interpreted, and all respective rights and
duties of the parties shall be governed by the laws of the State of New Jersey.
35.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in
certain investment activities in energy or finance sectors of Iran. The terms of this Agreement
shall be construed and interpreted, and all respective rights and duties of the parties shall be
governed by the laws of the State of New Jersey.
36. All Right to Know documents and Safety Data Sheets must be submitted to the Sewer Utility
by June 15, 2023 and June 15, 2024.
37. No delivery fees or fuel surcharges will be charged.
16
Technical Specifications
PURCHASE OF CHEMICALS
(15% SODIUM HYPOCHLORITE AND 38% SODIUM BISULFITE)
SCOPE OF WORK The following specifications are a statement of the minimum level of
work and services which Contractor must provide and should not be construed as
maximum performance levels.
1.0
Sewer, Water and Pool Treatment Plant Chemicals
1.1
General; Furnish all necessary labor, material and equipment to
deliver chemicals indicated in such estimate quantities as set
forth in these Specifications.
This Contract shall be for a one (1) year period with an option for an
extension in accord with the New Jersey Local Publics Contract Law
(N.J.S.A. 40A: l l-l et. Seq.,) as required by the Borough. The Contractor
shall meet all applicable regulations, rules, ordinances, statures and law
required from local, County, State, federal government and/or regional
agencies under whose jurisdiction the hauling of all chemicals indicated and
specified may come.
The quantities given in these Specifications and are approximations only of
the Owner's needs during the coming year. The Owner reserves the right
to increase or decrease the quantities actually purchased relative to the
quantities given herein at his sole discretion, and the Contractor agrees
that he/she shall make no claims for damages because the quantities
actually purchased differ in any manner from quantities given herein.
A chemicals delivery schedule shall be determined between the responsible
official of the Contractor and the Sewer Plant Manager, Water
Superintendent and/or Recreation Director. The Contractor shall deliver the
chemicals during the hours between 7 a.m. and 2:30pm, Monday through
Friday, except recognized legal
holidays. If an emergency requests
chemicals should be delivered within a 24 hour period. Each shipment of
material shall carry with it some means of identification. Each unit package
shall have legibly marked the net weight of the contents, the name of the
manufacturer, the brand name (if any), and other markings as required by
applicable laws and regulations.
Commented [SSH1]: 2:30pm
17
Technical Specifications
When shipped in bulk, this information shall be provided according to
applicable regulations. Containers used in shipping should comply with U.S.
Department of Transportation (DOT) specifications.
1.2
15% Sodium Hypochlorite: Furnish 300-1800 gallons more or less of sodium
hypochlorite to be in accordance with AWWA Standard B301-04.
Deliveries will be in Gallons. The contractor shall be responsible for providing
compatible connects between the tank truck and the fill lines to the storage
tank. Deliveries will be made to 4 locations in Florham Park. The Sewer and
Water Utilities will require weekly deliveries and the Pool Utility will be
seasonal. The amount and time of delivery shall be as directed by the Plant
Manager and Superintendent of the Sewer and Water Utilities.
1.3
38% Sodium Bisulfite Furnish 400-800 Gallons more or less of sodium
bisulfite in accordance with AWWA Standard B301-04.
Deliveries will be in Gallons. The contractor shall be responsible for providing
compatible connects between the tank truck and the fill lines to the storage
tank. Deliveries shall be made to the Sewer Utility in Florham Park. The
amount and time of delivery shall be as directed by the Plant Manager and
Superintendent of the Sewer and Water Utilities.
1.4 Spills: The Contractor shall be responsible for the cleanup of all spillage
Of any kind on site, as well as off-site while in transit to the disposal site.
He/she shall take care, during the filling operation and in making
connections and disconnections, that no leaks or spills occur and that the
filled tank does not overflow. The clean-up shall be done promptly and in
a manner satisfactory to the Borough of Florham Park and all other
agencies having jurisdiction. The Contractor shall be responsible for all
costs required to clean up and to restore the Borough of Florham Park’s
facilities and off-site properties to their former condition and appearance,
and to pay any claims and damages resulting from the acts of the
Contractors, their agents, officers and employees.
18
RECORD OF RECENT CONTRACT AWARDS
Give full information about all your contracts: whether private or government contracts; whether
prime or sub-contracts; whether in progress or awarded but not yet begun; or where you are low
bidder pending formal award of contract.
OWNER
LOCATION
DESCRIPTION
ADJUSTED CONTRACT
DATE OF
AMOUNT
COMPLETION
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
19
BOROUGH OF FLORHAM PARK
EXCEPTIONS
For each exception, the bidder must identify the specific section of specifications by providing the
number and title the exception applies to. It is the responsibility of the bidder to document the
equivalence claim in writing. Submitting product brochures is not an acceptable claim of equivalence.
(IF NONE SO STATE)
USE ADDITIONAL SHEET IF NECESSARY
20
BOROUGH OF FLORHAM PARK
BID DOCUMENT CHECKLIST
Required
With
Bid
Read, Signed
& Submitted
Bidder’s Initial
A.
FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR
REJECTION OF BID
Stockholder Disclosure Certification
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued)
Required Evidence EEO/Affirmative Action Regulations Questionnaire
Bidder’s Affidavit
Non-Collusion Affidavit
Bid Guarantee (bid bond or certified/cashier’s check)
(with Power of Attorney for full amount of Bid Bond)
Consent of Surety (Certificate from Surety company)
Surety Disclosure Statement and Certification
Performance Bond
Labor and Material (Payment) Bond
Maintenance Bond
Certification of Non-Involvement in Prohibited Activities in Russia and or Belarus- Submit
with bid response
B.
MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED
Business Registration Certificate – Bidder – Prefer with Bid Response. Required by Law
prior to award of contract
Business Registration Certificate – Designated Subcontractor(s) – Prefer with Bid Response.
Required by Law prior to award of contract
Public Works Contractor Registration Certificate(s) for the Bidder and Designated
Subcontractors (Prior to Award, but effective at time of bid)
License(s) or Certification(s) Required by the Specifications
C.
FAILURE TO SUBMIT ANY OF THESE ITEMS AT TIME OF BID MAY BE CAUSE FOR
REJECTION
Three (3) references for similar projects
Authorization for Background Check
Catalog/Price List
Product Samples
Certification of Available Equipment
Other: CD or USB flash drive with PDF of Bid Response along w/Printed Copies (ref page 1)
CD and/or USB flash drive must be labeled with the bidder’s name
Other:
D.
READ ONLY
Americans With Disability Act of 1990 Language
E.
OPTIONAL ITEM(S)
Borough Cooperative Contract Option
This checklist is provided for bidder’s use in assuring compliance with required
documentation; however, it does not include all specifications requirements and does not
relieve the bidder of the need to read and comply with the specifications.
Name of Bidder:
Date:
By Authorized Representative:
Signature:
21
Print Name & Title:
22
BOROUGH OF FLORHAM PARK
BID PROPOSAL FORM/SIGNATURE PAGE
TO THE BOROUGH OF FLORHAM PARK
MAYOR AND COUNCIL:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and the
Specifications for the Purchase of Chemicals (15% Sodium Hypochlorite and 38% Sodium Bisulfite)
attached, that he/she has determined the conditions affecting the bid and submits the following
proposal in full compliance therewith:
15 % Sodium Hypochlorite (Cost per Gallon)
$_______________________
38 % Sodium Bisulfite
$_______________________
(Corporation)
The undersigned is a (Partnership) under the laws of the State of __________________________ having its
(Individual)
Principal office at
Company
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Type or Print Name
Title of Authorized Agent
Date
Telephone Number
Email Address
Fax Number
23
BOROUGH OF FLORHAM PARK
OWNERSHIP STATEMENT - STOCKHOLDER DISCLOSURE FORM
LEGAL NAME OF BIDDER: ___________________________________________________________
Check the box that represents the type of business organization:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
Other, Please List __________________________________
List the names and addresses of all stockholders who own ten (10%) percent or more of the above company’s stock, and if
there are NO STOCKHOLDERS OF 10% OR MORE, simply check the second box below. If one or more such
stockholders or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock,
or the individual partners owning 10% of that corporation's stock, or the individual partners owning 10% or greater interest
in that partnership, as the case may be, must also be listed.
The disclosure shall be continued until names and addresses of every person who is a non-corporate stockholder,
or individual partner, exceeding the 10% ownership criteria established in this act, has been listed, in full
compliance with Chapter 33 of the New Jersey Public Laws of 1977.
BIDDERS/RESPONDENTS MUST CHECK THE APPROPRIATE BOX:
I certify that the list below contains the names and addresses of all stockholders holding 10% or more of the issued
and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Publicly Traded - For publicly traded entities to comply with N.J.S.A. 52:25-24.2 they may submit the name and address of
each publicly traded entity, and the name and address of each person holding 10% or more beneficial interest in the publicly
traded entity as of the last annual filling with the Security Exchange Commission (SEC), or foreign equivalent
Submit here the Website (URL) providing the last annual Security Exchange Commission (SEC) filing, or foreign equivalent:
____________________________________________________________________________________________
The requested information is available on the following page number(s) of the SEC, or foreign equivalent, filing:
____________________________________________________________________________________________
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
(Note: Attach additional pages if necessary)
________________________________________________________________
______________
(Respondent/Respondent Authorized Signature)
(Date)
___________________________________________
______________________________________
(Print name of authorized signatory)
(Title)
24
BOROUGH OF FLORHAM PARK
BIDDER’S AFFIDAVIT
STATE OF NEW JERSEY
)
) ss:
COUNTY OF
)
________________________________, being of full age and being duly sworn, upon his
Oath deposes and says:
1.
I reside at
______________________________________________________________
2.
I am _____________________________________ of the firm of
______________________________________________________________
(Name of Bidder)
3.
I am the person who signed the foregoing Bid and I was duly authorized to
execute
such Bid. The Bid is a true offer of the Bidder. If the Bidder has a seal, then
such seal is affixed to the Bid. All of the statements and declarations contained
in the Bid are true to the best of my knowledge and belief.
____________________________________ (Seal)
(Signature)
Subscribed and sworn to
Before me this _____ day
Of ________________, 20__.
_________________________________
Notary Public of the State
Of New Jersey
My Commission expires______________
(Notary Seal)
25
BOROUGH OF FLORHAM PARK
NON-COLLUSION AFFIDAVIT
State of _____________
Borough of _____________
ss:
I, _____________________________ of the City of _______________________________
In the County of _____________________ and State of _________________________ of full age,
being duly sworn according to law on my oath depose and say that:
I am _____________________________ of the firm of ____________________________
(Title or position)
(Name of firm)
the bidder making this Proposal for the above named project, and that I executed the said proposal
with full authority so to do; that said bidder has not, directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding
in connection with the above named project; and that all statements contained in said proposal and
in this affidavit are true and correct, and made with full knowledge that the Borough of Florham Park
relies upon the truth of the statements contained in said proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage,
or contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by_________________________________.
(Name of Contractor)
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this _______day
Of ___________, _______.
Signature
(Type or print name of affiant under signature)
_______________________________________
Notary public of
My Commission expires ___________________.
26
EXHIBIT A
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance
to the Borough and Division of Public Contracts Equal Employment Opportunity Compliance. During
a review, Division representatives will review the Borough files to determine whether the affirmative
action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor
shall submit to the Borough, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the
vendor to the Borough and the Division. This approval letter is valid for one year from the date
of issuance.
Do you have a federally-approved or sanctioned EEO/AA program?
Yes
No
If yes, please submit a photo static copy of such approval.
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the Borough as
evidence of its compliance with the regulations. The Certificate represents the review and
approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period
of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their
expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval?
Yes
No
If yes, please submit a photo static copy of such approval.
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to
the Division with $150.00 Fee and forward a copy of the Form to the Borough. Upon submission
and review by the Division, this report shall constitute evidence of compliance with the
regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on
the Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: ______________________________ SIGNATURE: ____________________________
PRINT NAME: ___________________________ TITLE: __________________________________
DATE: __________________
27
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of
this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice,
to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this
chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities
Act.
The contractor or subcontractor agrees to make good faith efforts to meet targeted Borough employment goals established
in accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited
to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the
basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in
direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating
to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability,
nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law
and applicable Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services
contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency
through the Division’s website at ww.state.nj.us/treasury/contract compliance).
The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property,
CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase &
Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code at N.J.A.C. 17:27.
28
SAMPLE CERTIFICATE OF EMPLOYEE INFORMATION REPORT
29
BOROUGH OF FLORHAM PARK
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With
Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the
basis of disability by public entities in all services, programs, and activities provided or made available
by public entities, and the rules and regulations promulgated pursuant there unto, are made a part
of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this
contract, the contractor agrees that the performance shall be in strict compliance with the Act. In
the event that the contractor, its agents, servants, employees, or subcontractors violate or are
alleged to have violated the Act during the performance of this contract, the contractor shall defend
the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor
shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from
and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature
arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense,
appear, defend, and pay any and all charges for legal services and any and all costs and other
expenses arising from such action or administrative proceeding or incurred in connection therewith.
In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees
to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any
action or administrative proceeding results in an award of damages against the owner, or if the owner
incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance
procedure, the contractor shall satisfy and discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim, If any action or
administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every demand,
complaint, notice, summons, pleading, or other process received by the owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractors for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agrees that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
30
BOROUGH OF FLORHAM PARK
THESE ARE SAMPLES OF THE ONLY ACCEPTABLE
BUSINESS REGISTRATION CERTIFICATES.
PREFER SUBMITTED WITH BID RESPONSE
REQUIRED BY LAW PRIOR TO AWARD OF CONTRACT
31
BOROUGH OF FLORHAM PARK
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
ADDENDUM
NUMBER
DATE
ACKNOWLEDGE RECEIPT
(Initial)
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
Acknowledged for:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
FORM NOT REQUIRED IF NO ADDENDA ISSUED
32
CERTIFICATION OF NON-INVOLVEMENT IN
PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS
Pursuant to N.J.S.A. 52:32-60.1, et seq. (L. 2022, c. 3) any person or entity (hereinafter “Vendor'”) that seeks to enter
into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other
obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of
Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here:
https://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification
in violation of the law, it shall take any action as may be appropriate and provided by law, rule or contract, including
but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and
seeking debarment or suspension of the party.
I, the undersigned, certify that I have read the definition of "Vendor" below, and have reviewed the Office of Foreign
Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, and having done so certify:
O
A
O
B
O
c.
(Check the Appropriate Box)
That the Vendor is not identified on the OFAC Specially Designated Nationals and Blocked Persons list
on account of activity related to Russia and/or Belarus.
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list on account of activity related to Russia and/or Belarus.
OR
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list. However, the Vendor is engaged in activity related to
Russia and/or Belarus consistent with federal law, regulation, license or exemption. A detailed
description of how the Vendor's activity related to Russia and/or Belarus is consistent with federal law
is set forth below.
(Attach Additional Sheets If Necessary.)
Signature of Vendor's Authorized Representative
Print Name and Title of Vendor's Authorized Rep Vendor's Name
33
Signature of Vendor's Authorized Representative
Print Name and Title of Vendor's Authorized
Representative Vendor's Name
Vendor's Address (Street Address)
Vendor's Address (City/State/Zip)
Date
Vendor's FEIN
Vendor's Phone
Number Vendor's Fax
Vendor's Email
' Vendor means: (1) A natural person, corporation,
company, limited partnership, limited liability partnership,
limited liability company, business association, sole
proprietorship, joint venture, partnership, society, trust, or
any other nongovernmental entity, organization, or group;
(2) Any governmental entity or instrumentality of a
government, including a multilateral development institution,
as defined in Section 1701(c)(3) of the International
Financial Institutions Act, 22 U.S.C. 262r(c)(3); or (3) Any
parent, successor, subunit, direct or indirect subsidiary, or
any entity under common ownership or control with, any
entity described in paragraph (1) or (2).
34
BOROUGH OF FLORHAM PARK
CHEMICAL SUPPLY BID
For
FLORHAM PARK SEWER UTILITY
For
June 15,2024- June 15,2025
Contract# FP24-03
THIS CONTRACT made as of the_____ day of_____________ in the year 2024 by and
between the Borough of Florham Park Sewer Utility acting through the Borough of Florham
Park herein known as the Borough and______________________________, with legal
address and principal place of business at ______________________________________,
hereinafter called the CONTRACTOR. The Borough and CONTRACTOR in consideration of the
mutual covenants hereinafter set forth, agree as follows:
WORK.
The Contractor shall perform the Work as specified or indicated in the Contract
Documents. The Utility reserves the right to request these services when in its judgment
it is in the best interest of the Utility to do so. The Contractor shall be responsive within
2 hours’ notice by the Borough Utility of a verbal request for hauling services. If
unresponsive within 2 hours, the Utility reserves the right to contract with others to
remove liquid sludge and assess the Contractor the difference in cost over and above the
contracted rate per gallon.
The delivery of chemicals is to occur between the hours of 7:30 AM to 2:30 PM. Loading
may not occur begin
The Work under this Contract shall begin after the last party signs the Contract. The
execution of this Contract shall be contingent upon receipt of necessary local, state and
federal permit(s).
CONTRACT TIME.
The Contract Time shall run for two years. Upon expiration of the Contract Time or
upon termination of the Contract, the Contractor shall cease to remove liquid sludge
from the Borough's facility.
The Contractor agrees that the Work shall be prosecuted regularly, diligently and
uninterruptedly and at such rate of progress as determined by the Plant manager in
order to assure full compliance with the Contract.
CONTRACT PRICE
The Borough will pay the Contractor for performance of the Work in accordance with the
Contract Documents in current funds at the Bid Unit Price agreed upon in the
Contractor's Bid attached to this Contract.
APPLICATIONS FOR PAYMENT
The Contractor shall submit monthly Applications for Payment. Applications for Payment
will be processed by the Borough as provided in the Contract Documents.
35
DAMAGES
The Contractor shall not be liable for damages or any excess cost when the delay in
completion of the Work is for reasons beyond the control of the Contractor. Delays
beyond the control of the Contractor shall include the, acts of neglect by utility
companies or other contractors at the site, fires, floods, epidemics, abnormal weather
conditions or acts of God.
Provided, further, that the Contractor shall, furnish the Borough written notification of
such delays promptly after the start of the event giving rise thereto.
ASSURANCE
The Contractor has familiarized its self with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and Federal, State and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
The Contractor agrees that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance of the
Work.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the Contract between the Borough and the
CONTRACTOR are attached hereto and made a part hereof.
MISCELLANEOUS
Neither Borough nor CONTRACTOR shall, without the prior written consent of the other,
assign OT sublet in whole or in part his/her interest under any of the Contract Documents;
and, specifically but without limitation, the CONTRACTOR shall not assign any monies due
or to become due without the prior written consent of the Borough. In case the
CONTRACTOR assigns all or any part of any monies due or to become due under this
Contract, the instrument of assignment shall contain a clause substantially to the effect that
it is agreed that the right of the assignee in and to any monies due or to become due to the
CONTRACTOR shall be subject to prior claims of all persons, firms and corporations for
services rendered or materials supplied for the performance of the Work called for in this
Contract.
The Borough and the CONTRACTOR each binds himself, his/her partners, successors,
assigns and legal representatives in respect to all covenants, agreements and obligations
contained in the Contract Documents.
The Contract Documents constitute the entire agreement between the Borough and the
CONTRACTOR and may only be altered, amended or repealed by a written modification.
CONFLICTING INFORMATION
In the event that any provision in any of the following component parts of this Contract
conflicts with any provision in any other of the following component parts, the provision in
the component part first enumerated below shall govern over any other component part
which follows it numerically, except as may be otherwise stated. Said components parts are
the following:
36
1. Contract
2. Addenda
3. Specifications
4. Invitation to Bid
5. Instruction to Bidders
6. Bid Form
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. Two
(2) copies have been delivered to the Borough and one copy each to the CONTRACTOR
All portions of the Contract Documents have been signed or identified by the Borough
and the CONTRACTOR.
TERMINATIONS AND/OR DEFAULT
Remedies for Default. In the event of a breach by either party of any obligation under
this Contract, the right to recover damages or to be reimbursed will ordinarily constitute
an adequate remedy. However, either party shall also have the right to seek injunctive
or other equitable relief against the other party.
Default Notice by the Borough. The Borough shall have given prior written notice to the
Contractor stating that in the Borough's opinion a particular default or defaults (to be
described in reasonable detail in such notice) exist (s) which will, unless corrected,
constitute a material breach of this Contract on the part of the Contractor and which will, in
the Borough's opinion, give it the right to terminate this Contract unless such default is
corrected within a reasonable period of time, but in no event more than seven (7) days.
Material Breach by the Contractor. A material breach shall be deemed to include but not be
limited to, the Contractor's failure (i) to provide transportation services; (ii) to make good
faith efforts to end an Emergency within thirty (30) days of its commencement; (iii) to
provide and continue to provide the required insurance coverage.
Force Majeure. A Force Majeure event for purposes of this Contract shall include an Act of
God, a natural disaster, acts of war, riots and/or a judicial injunction. Notwithstanding
anything contained in this Contract to the contrary, if a Force Majeure event occurs, the
Contractor shall not be deemed in default under this Contract to the extent that such
event was beyond the control of the Contractor. The Contractor shall notify the Borough
in writing that a Force Majeure event has occurred no later than three (3) days after the
date the Contractor knew or should have known of the occurrence of any Force Majeure
event.
Event of Default by the Borough. An Event of Default on the part of the Borough is the
failure on the part of the Borough to pay any amount required to be paid to the Contractor
under this Contract after written demand made no sooner than the forty-fifth (45th) day
after submission of the subject invoice and purchase order that unless such amount is
paid within fifteen (15) days after such demand, the default will constitute a breach, if
such amount is not so paid. If payment has not been made by the Borough to the
Contractor because of a legitimate dispute over the amount owed, and payment has been
made by the Borough of any undisputed amounts, failure to pay the remainder while the
dispute is pending shall not constitute a breach by the Borough.
Termination of Contract. The Borough shall have the right to terminate this Contract without
cause upon forty-five (45) days written notice to the Contractor. Provided, however, either
party shall have the right to terminate this Contract for cause in the event of default in
37
accordance with this article; however, the same shall be exercised only upon giving a written
fifteen (15) days' notice to the defaulting party. The Contractor may not discontinue hauling
of the liquid sludge until the termination notice contemplated by this article has been sent
and the fifteen (15) days have expired from the date of receipt of the notice of termination.
TEMPORARY SUSPENSIONS
The Borough shall have the right to suspend the services provided by the Contractor on a
temporary basis due to malfunction or temporary shut down by the Borough. The Contractor
will be given a ten (10) day notice of any planned temporary suspensions. The Contractor
will be notified by phone within 24 hours of any unplanned suspension.
EVIDENCE OF AMOUNT HAULED
All invoices submitted by the Contractor for payment shall include as evidence all signed
manifest record forms which shall tabulate the amount of liquid sludge in gallons and the
number of trucks filled with liquid sludge hauled for the billing month.
INDEMNITY
The Contractor agrees to indemnify and defend the Borough and its agents, servants,
employees, and representatives, from any claim, liability, or loss with respect to property
damage and personal injury, including reasonable attorney's fees, resulting in whole or in
part from breach of this contract or from the acts or omissions of the Contractor, its
employees, agents, officers arising out of or relating to the work. This liability shall not be
limited in type or amount by any applicable Workmen's Compensation Law.
GOVERNING LAW
This Contract is governed by and is to be construed and enforced in accordance with the
laws of New Jersey as though made and to be fully performed in New Jersey (without regard
to the conflicts of law rules of New Jersey).
PARTIAL INVALIDITY
If any term, covenant or condition of this Contract or the application thereof to any person
or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this
Contract or the affiliation of such term, covenant or condition to persons or circumstances
other than those as to which it is held invalid or unenforceable, shall not be affected thereby
and each term, covenant or condition of this Contract shall be valid and be enforced to the
fullest extent permitted by law.
If any term or condition of this Contract or any application of this Contract shall be
determined to be contrary to the laws of the State of New Jersey or the United States, then
such term or condition or application shall not be deemed valid except to the extent
permitted by law, but all other terms and conditions or applications shall continue in fall
force and effect.
WAIVERS
Neither inspection by the Borough Utility nor any of its agents, nor any orders,
measurement, or certificate by the Borough or its agents, nor any order by the Borough
Utility for the payment of money nor payment for, not acceptance of, the whole nor any
part of the work, nor any extension of time, shall operate as a waiver of any provisions of
this Contract.
38
RESPONSIBILITY OF THE BOROUGH
The Borough or its authorized agents or employees shall decide any and all questions which
may arise as to the quality and acceptability of the work furnished and/or performed,
interpretation of specifications, and all questions as to the acceptable fulfillment of the
Contract of the part of the Contractor.
NOTICES
All notices made pursuant to this Contract shall be in writing and delivered personally or
sent by facsimile or electronic mail, to the parties at the address set forth at the end of
this section.
Either party may change the address to which notices are to be sent to it, by giving
ten (10) days written notice of such change of address to the other party.
39
This Agreement shall become effective on ______________________, 2024.
OWNER
CONTRACTOR
Borough of Florham Park
By
By
__________________________
Mark Taylor, Mayor
(Corporate Seal)
(Corporate Seal)
Attest
Attest
Danielle Lewis, RMC
Borough Clerk
Address for giving notices
Address for giving notices
Michael Sgaramella, PE, CME
Borough Engineer
111 Ridgedale Avenue
Florham Park, NJ 07932
Danielle Lewis, R.M.C.
Borough Clerk
111 Ridgedale Avenue
Florham Park, NJ 07932
Note: if Contractor is a corporation, an affidavit giving the principal the right to sign the
agreement must accompany the executed agreement.
40
41
42
43
--- Document: Document ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Thursday, October 31, 2024 at 10:00 AM local prevailing time at
the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ
07932 at which time and place bids will be opened and read in public for:
DELAWARE ROAD, MINNISINK ROAD, HONEYMOON LANE AND
ARROWHEAD ROAD ROADWAY IMPROVEMENTS PROJECT
NJDOT FY 2023 MUNICIPAL AID
CONTRACT # FP24-06
The project generally consists of road improvements to Delaware Road, Minnisink Road,
Honeymoon Lane, and Arrowhead Road, a total length of approximately 3,150 linear feet.
The roadway improvement work generally consists of roadway excavation, re-grading and
re-profiling, partial road widening, tree removal, granite block curb installation, stormwater
inlet and pipe construction, installation of rip-rap stone channel protection, driveway repairs
at curb installation locations, dense graded aggregate base course installation, partial full
depth pavement reconstruction, pavement milling, hot mix asphalt base and surface course
layers, traffic striping and markings, and other incidental work all in the Borough of Florham
Park in accordance with the form of proposal, contract and specifications prepared by the
Borough’s Engineering Consultant, Greenman-Pederson, Inc. The NJDOT 2019 Standard
Specifications for Road and Bridge Construction, and as amended herein, shall govern the
construction of this project.
Anyone interested in picking up a bid package should contact Lisa Amato at 973-410-5353
or lamato@fpboro.net at the Borough’s Tax Collector’s Office from 9:00 AM to 4:00 PM
Monday thru Friday. Bidders will be furnished with a copy of the Contract Documents, Plans,
and Specifications on proper notice. A non-refundable charge of $50.00 per set shall be
paid to the Borough of Florham Park for hardcopies. Plans and specifications will also be
available on CD or USB flash drive for a non-refundable charge of $10.00. Payment must
be in the form of exact cash, certified check, or money order made out to the Borough of
Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the Schedule of
Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be less
than $500 nor shall it be more than $20,000 and must be accompanied by a Consent of
Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the event
that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record of Recent
Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the New
Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements of
N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts Law,
N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L. 1977,
Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement in
accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting forth the names
and addresses of all the stockholders in the corporation or members of the partnership who
own ten percent (10%) or more of its stock, or have a ten percent (10%) or greater interest
in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the contract
after the award of the bid has been made due to funding or other reasons. The prices bid
for various items of work shall not be adjusted due to the deletion of any work and due to
the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park according
to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
--- Document: NOTICE TO BIDDERS - Sewer Storage Building ---
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the
Borough of Florham Park on Thursday, November 14, 2024 at 10AM local
prevailing time at the Borough Clerk’s Office, Borough Hall, and 111 Ridgedale
Avenue, Florham Park, NJ 07932 at which time and place bids will be opened and
read in public for:
FLORHAM PARK WATER POLLUTION CONTROL FACILITY
VEHICLE STORAGE BUILDING
CONTRACT # FP24-08
The project generally consists of constructing a site and constructing a
turnkey 3,000 SF Pre-Engineered Prefabricated Steel Vehicle Storage Building
for the Borough of Florham Park’s Sewer Utility in accordance with the Site
Plan from Colliers Engineering & Design dated 5/31/2024, and the Storage
Building Roof and Floor Plan from the Borough of Florham Park dated
9/1/2024. The Vehicle Storage Building will be located at 31 and 35 Vreeland
Road (Block 301, Lots #15 and #16) at the Borough’s Water Pollution Control
Facility.
Bid packages may be picked up or inspected by electronic request to at
sherold@fpboro.net. Plans and Specifications hardcopies may be purchased for $50
using exact cash amount or bank check made out to the Borough of Florham Park,
and picked up or viewed at the Florham Park Water Pollution Control Facility located
at 31 Vreeland Road, Florham Park between the hours of 7AM to 3PM weekdays.
Electronic copies of the Plans and Specifications on a USB memory stick may be
purchased for $10 using exact cash amount or bank check made out to the Borough
of Florham Park.
The Bid will be based upon the LOWEST TOTAL BASE BID for the Items in the
Schedule of Prices.
Bids must be sealed in an envelope and plainly marked with the name of the Contract
and Contract number; and shall contain the name and address of the Bidder on the
envelope. The sealed Bid must be addressed to the Borough Clerk of Florham Park
at the Borough Hall address above.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.)
and that award will not be made to any bidder whom the Commissioner of Labor
and Industry does not certify.
Bids shall be submitted on the forms provided, in the manner designated therein
and required by the Specifications. They must be accompanied by a certified
check, cashier’s check, or bid bond on the form provided of not less than 10% of
the amount of bid (based on a 1 year quantity shown on Bid Proposal Form). Said
check or bid bond may not be less than $500 nor shall it be more than $20,000 and
must be accompanied by a Consent of Surety statement in the form provided from
a Surety Company stating that the Surety Company will provide the bidder with a
bond for 100% of the Contract amount in the event that the Contract is awarded to
the bidder. A Non-Collusion Affidavit and a Record of Recent Contract Awards must
also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with
N.J.S.A. 40A:11-23(c) (1). All interested bidders should check the website from now
through bid opening. It is the sole responsibility of the respondent to be
knowledgeable of all addenda related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27
et seq.
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR
MAY BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS
SHALL BE SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND
SPECIFICATION BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by
the New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127.
Bidders are further required to comply with the requirements of N.J.S.A. 10:5-31 et
seq. and N.J.A.C. 17:27 for an affirmative action program for equal employment
opportunity. If awarded a contract, your company/firm will be required to comply
with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C.
17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public
Contracts Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the
requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law.
Bidders must submit a statement in accordance with N.J.S.A. 52:25-24.2 of all
owners of the corporation setting forth the names and addresses of all the
stockholders in the corporation or members of the partnership who own ten percent
(10%) or more of its stock, or have a ten percent (10%) or greater interest in the
case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract
will be awarded to the lowest responsible bidder, or all proposals will be rejected
within sixty (60) days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons.
The prices bid for various items of work shall not be adjusted due to the deletion of
any work and due to the variation of any quantity for the various items scheduled
in the Proposal.
Proposals for this contract will be accepted only from bidders who have been
properly qualified in accordance with the requirements of the Specifications.
Bidders are encouraged to visit the site of the project.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to
reject any or all bids, to reject unbalanced bids, to waive any informality therein in
any bid, and to accept any bid that will be in the best interest of the Borough of
Florham Park according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
Michael Sgaramella, PE, CME
Borough Engineer
Director of Water & Sewer
--- Document: FP23-01-Beechwood-Elmwood-Rehabilitation-Project ---
BID AWARD SHEET
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
FLORHAM PARK SEWER UTILITY
Arold Construction Co. Inc.
Entech Infrastructure
National Water Main Cleaning Co.
Vortex Services,LLC
CONTRACT NO. FP23-01
51 Powder Mill Bridge Road
91 Ruckman Road
1806 Newark Tpke.
210 Bennett Road
BEECHWOOD & ELMWOOD REHABILITATION
Kingston, NY 12401
Closter, NJ 07624
Kearny, NJ 07032-4314
Freehold, NJ 07728
Bid Opening: 5/23/23 10:00 AM
UnOfficial Bid Results
ITEM NO.
ITEM DESCRIPTION
Unit
Quantity
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
1
Mobilization(Maximum Allowed by N.J.A.C. 7:14-2.9)
L.S.
NA
30,000.00
$
30,000.00
$
10,000.00
$
10,000.00
$
30,000.00
$
30,000.00
$
29,530.00
$
29,530.00
$
2
Light Cleaning
L.S.
NA
5,000.00
$
5,000.00
$
17,000.00
$
17,000.00
$
8,120.00
$
8,120.00
$
30,120.00
$
30,120.00
$
3
Closed Circuit Television(CCTV)
L.S.
NA
17,000.00
$
17,000.00
$
10,000.00
$
10,000.00
$
24,280.00
$
24,280.00
$
9,500.00
$
9,500.00
$
4
Chemical Grout Injection
GAL
3000
5.00
$
15,000.00
$
1.00
$
3,000.00
$
0.01
$
30.00
$
13.60
$
40,800.00
$
5
Cured-in-Place Pipe rehabilitation-Normal size 8-inch diameter
LF
6944
38.00
$
263,872.00
$
51.00
$
354,144.00
$
54.75
$
380,184.00
$
63.00
$
437,472.00
$
5A
Service Lateral Connections
EACH
116
2,500.00
$
290,000.00
$
2,400.00
$
278,400.00
$
3,250.00
$
377,000.00
$
3,037.00
$
352,292.00
$
6
Heavy Cleaning
Tons
200
50.00
$
10,000.00
$
10.00
$
2,000.00
$
1.00
$
200.00
$
13.65
$
2,730.00
$
7
Traffic Control
Allowance
NA
7,500.00
$
7,500.00
$
7,500.00
$
7,500.00
$
7,500.00
$
7,500.00
$
7,500.00
$
7,500.00
$
8
Unforseen Contingency
Allowance
NA
35,000.00
$
35,000.00
$
35,000.00
$
35,000.00
$
35,000.00
$
35,000.00
$
35,000.00
$
35,000.00
$
TOTAL
673,372.00
$
717,044.00
$
862,314.00
$
944,944.00
$
TOTAL BASE BID
673,372.00
$
717,044.00
$
862,314.00
$
944,944.00
$
--- Document: FP-23-02-Sewer-Utility-Generator ---
BID AWARD SHEET
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
FLORHAM PARK SEWER UTILITY
Multi-Phase
Rapid Pump & Meter Service Co;
Power with Prestige, Inc
William Kohl Construction
CONTRACT NO. FP23-02
15 Williams St
PO Box AY, 285 Straight Street
40 Swartswood Road
523 Newman Springs Rd
BOROUGH OF FLORHAM PARK, MORRIS COUNTY NEW JERSEY
Cloister, NJ 07624
Patterson, NJ 07509
Newton, NJ 07860
Lincroft, NJ 07738
Bid Opening: 03/07/23 10:00 AM
ITEM NO.
ITEM DESCRIPTION
Unit
Quantity
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
1A
WORK AT THE WATER POLLUTION CONTROL FACILITY-ALL WORK SHOWN
L.S.
1
914,380.00
$
914,380.00
$
1,032,000.00
$
1,032,000.00
$
1,340,000.00
$
1,340,000.00
$
1,822,000.00
$
1,822,000.00
$
1B
REMOVAL, REPLACEMENT, STORING, TESTING, HAULING AND DISPOSAL OF CONTAMINATED SOIL
Tons
12
1,310.00
$
15,720.00
$
700.00
$
8,400.00
$
1,200.00
$
14,400.00
$
85.00
$
1,020.00
$
2
ALL WORK SHOWN, SPECIFIED, OR REQUIRED AT WELL NO 4
L.S.
1
154,900.00
$
154,900.00
$
196,375.00
$
196,375.00
$
194,000.00
$
194,000.00
$
346,180.00
$
346,180.00
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
TOTAL BASE BID
1,085,000.00
$
1,236,775.00
$
1,548,400.00
$
2,169,200.00
$
--- Document: FP-23-03-Road-Sidewalk-Improvements-Dellwood-Woodbine-Puddingstone-Rustic ---
UNOFFCIAL BID AWARD SHEET
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
ROAD AND SIDEWALK IMPROVEMENTS DELLWOOD, WOODBINE,PUDDINGSTONE, RUSTIC
Riverview Paving, Inc.
DLS Contracting, Inc.
CCM Contracting Inc
D&L Paving Contractors
AJM Contractors
Cifelli & Sons
JA Alexander Inc.
Crossroads Paving
Your Way Construction
CONTRACT NO. FP23-03
859 Willow Grove St.
36 Montesano Rd
336 Rt 22
675 Franklin Ave
300 Kuller Rd
81 Franklin Ave.
130-158 John F Kennedy Dr. N
386 South St. STE 169
404 Coit St
BOROUGH OF FLORHAM PARK, MORRIS COUNTY, NEW JERSEY
Hackettstown, NJ 07840
Fairfield, NJ 07004
GreenBrook, NJ 08812
Nutley, NJ 07110
Clifton, NJ 07011
Nutley, NJ 07110
Bloomfield NJ 07003
Newark, NJ 07105
Irvington, NJ 07111
Bid Opening: 06/6/2023 10:00 AM
ITEM NO.
ITEM DESCRIPTION
Unit
Quantity
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
UNIT COST
Item Total
1
CLEARING SITE
L.S
1
10,000.00
$
10,000.00
$
10,429.00
$
10,429.00
$
10,000.00
$
10,000.00
$
7,500.00
$
7,500.00
$
20,000.00
$
20,000.00
$
1,000.00
$
1,000.00
$
25,000.00
$
25,000.00
$
20,000.00
$
20,000.00
$
64,870.00
$
64,870.00
$
2
SOIL EROSIN CONTROL MEASURES
L.S
1
1,000.00
$
1,000.00
$
500.00
$
500.00
$
0.01
$
0.01
$
0.01
$
0.01
$
500.00
$
500.00
$
500.00
$
500.00
$
0.01
$
0.01
$
10,000.00
$
10,000.00
$
2,000.00
$
2,000.00
$
3
DRUMS
UNIT
30
0.01
$
0.30
$
0.01
$
0.30
$
0.01
$
0.30
$
0.01
$
0.30
$
20.00
$
600.00
$
1.00
$
30.00
$
0.01
$
0.30
$
50.00
$
1,500.00
$
0.01
$
0.30
$
4
TRAFFIC CONES
UNIT
200
0.01
$
2.00
$
0.01
$
2.00
$
0.01
$
2.00
$
0.01
$
2.00
$
7.00
$
1,400.00
$
1.00
$
200.00
$
0.01
$
2.00
$
15.00
$
3,000.00
$
0.01
$
2.00
$
5
SCONSTRUCTION SIGNS
S.F
150
0.01
$
1.50
$
0.01
$
1.50
$
0.01
$
1.50
$
0.01
$
1.50
$
5.00
$
750.00
$
2.00
$
300.00
$
0.01
$
1.50
$
15.00
$
2,250.00
$
0.01
$
1.50
$
6
POLICE TRAFFIC DIRECTORS
HRS.
200
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
85.00
$
17,000.00
$
7
FUEL PRICE ADJUSTMENT
DLR
2500
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
1.00
$
2,500.00
$
8
ASPHALT PRICE ADJUSTMENT
DLR
5000
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
1.00
$
5,000.00
$
9
ROADWAY EXCAVATION, UNCLASSIFIED
S.Y
207
1.00
$
207.00
$
50.00
$
10,350.00
$
40.00
$
8,280.00
$
42.00
$
8,694.00
$
30.00
$
6,210.00
$
5.00
$
1,035.00
$
0.01
$
2.07
$
50.00
$
10,350.00
$
0.01
$
2.07
$
10
TACK COAT
GAL
2500
0.01
$
25.00
$
1.00
$
2,500.00
$
0.01
$
25.00
$
0.50
$
1,250.00
$
3.00
$
7,500.00
$
0.50
$
1,250.00
$
0.01
$
25.00
$
8.00
$
20,000.00
$
0.01
$
25.00
$
11
CONCRETE SIDEWALK 6''
S.Y
436
112.00
$
48,832.00
$
85.00
$
37,060.00
$
85.00
$
37,060.00
$
92.00
$
40,112.00
$
92.00
$
40,112.00
$
100.00
$
43,600.00
$
115.00
$
50,140.00
$
81.00
$
35,316.00
$
131.60
$
57,377.60
$
12
CONCRETE SIDEWALK 4''
S.Y
1281
95.00
$
121,695.00
$
80.00
$
102,480.00
$
75.00
$
96,075.00
$
88.00
$
112,728.00
$
88.00
$
112,728.00
$
105.00
$
134,505.00
$
105.00
$
134,505.00
$
72.00
$
92,232.00
$
93.80
$
120,157.80
$
13
HOT MIX ASPHALT DRIVEWAY REPAIR 3''
S.Y
354
45.00
$
15,930.00
$
35.00
$
12,390.00
$
30.00
$
10,620.00
$
25.00
$
8,850.00
$
42.00
$
14,868.00
$
30.00
$
10,620.00
$
50.00
$
17,700.00
$
50.00
$
17,700.00
$
68.50
$
24,249.00
$
14
DETECTABLE WARNING SURFACE
S.Y
14
300.00
$
4,200.00
$
200.00
$
2,800.00
$
250.00
$
3,500.00
$
260.00
$
3,640.00
$
200.00
$
2,800.00
$
500.00
$
7,000.00
$
280.00
$
3,920.00
$
300.00
$
4,200.00
$
159.00
$
2,226.00
$
15
CONCRETE VERTICAL CURB
L.F
113
43.00
$
4,859.00
$
36.00
$
4,068.00
$
31.00
$
3,503.00
$
32.00
$
3,616.00
$
45.00
$
5,085.00
$
40.00
$
4,520.00
$
55.00
$
6,215.00
$
40.00
$
4,520.00
$
37.00
$
4,181.00
$
16
GRANITE BLOCK CURB
L.F
404
43.00
$
17,372.00
$
36.00
$
14,544.00
$
30.00
$
12,120.00
$
33.00
$
13,332.00
$
42.00
$
16,968.00
$
40.00
$
16,160.00
$
75.00
$
30,300.00
$
40.00
$
16,160.00
$
40.20
$
16,240.80
$
17
HMA MILLING 3''
S.Y
22383
3.25
$
72,744.75
$
4.25
$
95,127.75
$
3.90
$
87,293.70
$
4.91
$
109,900.53
$
4.00
$
89,532.00
$
4.60
$
102,961.80
$
5.50
$
123,106.50
$
5.00
$
111,915.00
$
4.25
$
95,127.75
$
18
HMA 9.5M64 SURFACE COURSE 2''
TONS
2623
84.25
$
220,987.75
$
90.00
$
236,070.00
$
95.00
$
249,185.00
$
84.20
$
220,856.60
$
87.00
$
228,201.00
$
95.00
$
249,185.00
$
81.00
$
212,463.00
$
95.00
$
249,185.00
$
81.83
$
214,640.09
$
19
TRAFFIC MARKING LINES 4''
L.F
500
2.20
$
1,100.00
$
1.50
$
750.00
$
1.00
$
500.00
$
2.10
$
1,050.00
$
2.50
$
1,250.00
$
2.25
$
1,125.00
$
1.40
$
700.00
$
1.50
$
750.00
$
1.50
$
750.00
$
20
TRAFFIC MARKING LINES 6''
L.F
837
3.25
$
2,720.25
$
2.20
$
1,841.40
$
1.25
$
1,046.25
$
2.75
$
2,301.75
$
3.50
$
2,929.50
$
3.25
$
2,720.25
$
2.10
$
1,757.70
$
2.25
$
1,883.25
$
2.30
$
1,925.10
$
21
REGULATORY AND WARNING SIGNS
S.F
28
75.00
$
2,100.00
$
50.00
$
1,400.00
$
85.00
$
2,380.00
$
50.00
$
1,400.00
$
69.00
$
1,932.00
$
90.00
$
2,520.00
$
45.00
$
1,260.00
$
50.00
$
1,400.00
$
49.50
$
1,386.00
$
22
RELOCATE CURB BOX
UNIT
12
850.00
$
10,200.00
$
10.00
$
120.00
$
1,000.00
$
12,000.00
$
1,300.00
$
15,600.00
$
250.00
$
3,000.00
$
30.00
$
360.00
$
0.01
$
0.12
$
100.00
$
1,200.00
$
2,500.00
$
30,000.00
$
23
INSTALL SLEEVE ON GAS BOX
UNIT
2
850.00
$
1,700.00
$
20.00
$
40.00
$
0.01
$
0.02
$
500.00
$
1,000.00
$
100.00
$
200.00
$
20.00
$
40.00
$
0.01
$
0.02
$
100.00
$
200.00
$
260.00
$
520.00
$
24
RESET PAVER DRIVEWAY APRON REPAIR
S.Y
75
80.00
$
6,000.00
$
40.00
$
3,000.00
$
100.00
$
7,500.00
$
125.00
$
9,375.00
$
90.00
$
6,750.00
$
110.00
$
8,250.00
$
100.00
$
7,500.00
$
125.00
$
9,375.00
$
109.30
$
8,197.50
$
25
TREE REMOVAL 12-18 D
UNIT
3
700.00
$
2,100.00
$
800.00
$
2,400.00
$
1,200.00
$
3,600.00
$
1,000.00
$
3,000.00
$
1,700.00
$
5,100.00
$
1,250.00
$
3,750.00
$
750.00
$
2,250.00
$
800.00
$
2,400.00
$
3,375.00
$
10,125.00
$
26
TREE REMOVAL 18-24 D
UNIT
5
800.00
$
4,000.00
$
1,100.00
$
5,500.00
$
2,000.00
$
10,000.00
$
1,200.00
$
6,000.00
$
2,200.00
$
11,000.00
$
2,200.00
$
11,000.00
$
1,050.00
$
5,250.00
$
1,100.00
$
5,500.00
$
4,050.00
$
20,250.00
$
27
TREE REMOVAL 24-30 D
UNIT
11
1,000.00
$
11,000.00
$
2,000.00
$
22,000.00
$
3,000.00
$
33,000.00
$
2,200.00
$
24,200.00
$
2,800.00
$
30,800.00
$
2,500.00
$
27,500.00
$
2,000.00
$
22,000.00
$
1,850.00
$
20,350.00
$
5,400.00
$
59,400.00
$
28
STUMP GRINDING
UNIT
19
290.00
$
5,510.00
$
400.00
$
7,600.00
$
400.00
$
7,600.00
$
425.00
$
8,075.00
$
700.00
$
13,300.00
$
400.00
$
7,600.00
$
3.50
$
66.50
$
375.00
$
7,125.00
$
1,000.00
$
19,000.00
$
29
TREE PLANTING
UNIT
33
950.00
$
31,350.00
$
750.00
$
24,750.00
$
1,000.00
$
33,000.00
$
775.00
$
25,575.00
$
650.00
$
21,450.00
$
400.00
$
13,200.00
$
750.00
$
24,750.00
$
750.00
$
24,750.00
$
814.90
$
26,891.70
$
30
TOPSOIL SPREADING 4''
S.Y
156
10.00
$
1,560.00
$
3.00
$
468.00
$
4.00
$
624.00
$
10.00
$
1,560.00
$
10.00
$
1,560.00
$
4.00
$
624.00
$
1.00
$
156.00
$
5.00
$
780.00
$
8.00
$
1,248.00
$
31
FERTILIZING, SEEDING, MULCHING
S.Y
156
5.00
$
780.00
$
1.00
$
156.00
$
4.00
$
624.00
$
1.00
$
156.00
$
2.00
$
312.00
$
2.00
$
312.00
$
1.00
$
156.00
$
2.00
$
312.00
$
4.00
$
624.00
$
##
622,476.55
$
622,847.95
$
654,039.78
$
654,275.69
$
671,337.50
$
676,368.05
$
693,726.72
$
698,853.25
$
805,918.21
$
--- Document: FP-23-04-Liquid-Sludge-Hauling-Bid-Results ---
BID AWARD SHEET
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
CONTRACTOR:
Liquid Sludge Hauling for the Florham Park Sewer Utility
CONTRACT NO. FP 23-04
R&D Trucking
Waste Management of NJ, Inc
Spectraserv, Inc.
BOROUGH OF FLORHAM PARK, MORRIS COUNTY NEW JERSEY
1874 Route 23
100 Brandywine BlvdSite 300
75 Jacobus Ave.
Bid Opening: 3/7/23, 11 AM
West Milford, NJ 07480`
Newtown, PA 18940
Kearny, NJ 07032
ITEM NO.
ITEM DESCRIPTION
UNIT COST
UNIT COST
UNIT COST
UNIT COST
UNIT COST
UNIT COST
UNIT COST
1
Hauling Fee (Cost Per Gallon)
0.0420
0.0598
0.0600
--- Document: FP-23-05-Little-Red-Schoolhouse-Interior-Rehabilitation ---
UNOFFICIAL BID RESULTS
CONTRACTOR:
CONTRACTOR:
Interior Rehabilittation -Florham Park Little Red Schoolhouse
DELL-TECH, INC
PARAGON
CONTRACT NO. FP 23-05
930 NEW YORK AVE.
290-292 MONROE AVE.
BOROUGH OF FLORHAM PARK, MORRIS COUNTY NEW JERSEY
TRENTON, NJ 08638
KENILWORTH, NJ 07033
Bid Opening: 5/16/23, 11 AM
ITEM NO.
ITEM DESCRIPTION
BASE BID:
1
GENERAL REQUIRMENTS
24,000.00
$
68,750.00
$
2
TEMPORARY FACILITIES
13,700.00
$
2,500.00
$
3
DIVISION 2-EXISTING CONDITIONS
7,400.00
$
1,500.00
$
4
DIVISION 5-METALS
1,100.00
$
-
$
5
DIVISION 6-WOODS & PLASTICS
42,000.00
$
38,600.00
$
6
DIVISION 8-DOORS & WINDOWS
4,400.00
$
10,200.00
$
7
DIVISION 9- FINISHES
76,400.00
$
85,250.00
$
8
DIVISION 26-ELECTRICAL
22,900.00
$
20,000.00
$
9
GENERAL ALLOWANCES
4,600.00
$
4,000.00
$
10
TOTAL
196,500.00
$
230,800.00
$
BID ALTERNATIVES:
1
ADD REPAIRS OF INTERIOR FINISHES AND ANY NOTED
IMPROVEMENTS AT THE BASEMENT AS INDICATED ON SHEETS A1,A3 AND E1
22,400.00
$
38,850.00
$
--- Document: FP-23-06-Cleaning-Bid ---
REV 1/2021
1
CLEANING BID
CONTRACT #FP23-06
NOTICE TO BIDDERS
Notice is hereby given that sealed bids will be received by the Borough Clerk of the Borough
of Florham Park on Thursday, December 7, 2023 at 10AM local prevailing time at the
Borough Clerk’s Office, Borough Hall, and 111 Ridgedale Avenue, Florham Park, NJ 07932
at which time and place bids will be opened and read in public for:
Bid packages may be picked up or sent by electronic request to at pvisco@fpboro.net
The Bid will be based upon the LOWEST ANNUAL COST FOR THE YEARS 2024 AND 2025.
Bids must be sealed in an envelope and plainly marked with the name of the Contract and
Contract number; and shall contain the name and address of the Bidder on the envelope.
The sealed Bid must be addressed to the Borough Clerk of Florham Park at the Borough Hall
address above.
Bidders are notified that they must comply with the New Jersey Prevailing Wage Act
(Chapter 150 of the Laws of 1963, as amended) (N.J.S.A. 34:11-56.25, et. seq.) and that
award will not be made to any bidder whom the Commissioner of Labor and Industry does
not certify.
Bids shall be submitted on the forms provided, in the manner designated therein and
required by the Specifications. They must be accompanied by a certified check, cashier’s
check, or bid bond on the form provided of not less than 10% of the amount of bid (based
on a 1 year quantity shown on Bid Proposal Form). Said check or bid bond may not be
less than $500 nor shall it be more than $20,000 and must be accompanied by a Consent
of Surety statement in the form provided from a Surety Company stating that the Surety
Company will provide the bidder with a bond for 100% of the Contract amount in the
event that the Contract is awarded to the bidder. A Non-Collusion Affidavit and a Record
of Recent Contract Awards must also accompany the proposal on the forms provided.
Any Bid Addenda will be on the Borough website, and processed in accordance with N.J.S.A.
40A:11-23(c) (1). All interested bidders should check the website from now through bid
opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda
related to this procurement.
Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.
Borough of Florham Park
111 Ridgedale Avenue
Florham Park, NJ 07932
Morris County
Patrice Visco, CFO, QPA
Purchasing Agent
PHONE: (973) 410-5318
Fax: (973) 410-5498
REV 1/2021
2
PROPOSALS MUST BE SUBMITTED UPON THE BLANK FORMS PROVIDED OR MAY
BE ATTACHED TO THE APPLICABLE BLANK FORMS. PROPOSAL FORMS SHALL BE
SUBMITTED IN THE SAME ORDER AS ORGANIZED IN THE BOUND SPECIFICATION
BOOK.
Bidders must have at the time of bid, a Business Registration Certificate issued by the
New Jersey Department of Treasury.
Bidders are required to comply with the requirements of P.L. 1975 Chapter 127. Bidders
are further required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17:27 for an affirmative action program for equal employment opportunity. If
awarded a contract, your company/firm will be required to comply with the requirements
of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1, et seq.).
The contract for this project is governed by the provisions of the Local Public Contracts
Law, N.J.S.A. 40A: 11-1 et seq. Bidders must also comply with the requirements of P.L.
1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a
statement in accordance with N.J.S.A. 52:25-24.2 of all owners of the corporation setting
forth the names and addresses of all the stockholders in the corporation or members of
the partnership who own ten percent (10%) or more of its stock, or have a ten percent
(10%) or greater interest in the case of partnership.
No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be
awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60)
days after the opening of bids.
The Borough of Florham Park reserves the right to delete sections of work from the
contract after the award of the bid has been made due to funding or other reasons. The
prices bid for various items of work shall not be adjusted due to the deletion of any work
and due to the variation of any quantity for the various items scheduled in the Proposal.
Proposals for this contract will be accepted only from bidders who have been properly
qualified in accordance with the requirements of the Specifications.
The Mayor and Borough Council of the Borough of Florham Park reserve the right to reject
any or all bids, to reject unbalanced bids, to waive any informality therein in any bid, and
to accept any bid that will be in the best interest of the Borough of Florham Park
according to N.J.S.A. 40A:11-1.
Mayor Mark Taylor
Patrice Visco, CFO, QPA
Purchasing Agent – Borough of Florham Park
REV 1/2021
3
BOROUGH OF FLORHAM PARK
GENERAL INSTRUCTIONS
1.
SUBMISSION OF BIDS
A. Sealed bids shall be received in accordance with public advertisement as required by law,
a copy of said notice being attached hereto and made a part of these specifications.
B. Each bid shall be submitted on the proposal form attached, in a sealed envelope
(1) Addressed to the Borough Clerk
(2) Bearing the name and address of the bidder on the outside
(3) Clearly marked “BID” with the name of the item(s) being bid. Provide One (1) Original
& One (1) copy of the bid. Faxed or emailed bids will NOT be accepted.
(4) We are storing all responses electronically, therefore submit all pages of the response
on a CD or USB flash drive in addition to the printed copies. Bidders name to be
identified on either the CD or USB flash drive being submitted.
C. It is the bidder’s responsibility to see that bids are presented to the Borough Clerk on the
hour and at the place designated. Bids may be hand delivered or mailed; however, the
Borough disclaims any responsibility for bids forwarded by regular or express mail. If the
bid is sent by express mail, the designation in B. above must also appear on the
outside of the express company envelope. Bids received after the designated time and
date will be returned unopened.
D. The Borough reserves the right to postpone the date for presentation and opening of bids
and will give written notice of any such postponement to each perspective bidder as
required by law.
E. Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn
upon written application of the bidder who shall be required to produce evidence showing
that the individual is or represents the principal or principals involved in the bid. Once bids
have been opened, they shall remain firm for a period of sixty (60) calendar days.
F. Each bid proposal form must give the full business address, business phone, fax, e-mail,
the contact person of the bidder, and be signed by an authorized representative as follows:
Bids by partnerships must be signed in the partnership name by one of the members
of the partnership or by an authorized representative followed by the signature and
designation of the person signing.
Bids by corporations must be signed in the legal name of the corporation, followed
by the name of the State in which incorporated and must contain the signature and
designation of the president, secretary or other person authorized to bind the
corporation in the matter.
Bids by sole-proprietorship shall be signed by the proprietor.
When requested, satisfactory evidence of the authority of the officer signing shall be
furnished.
G. Multiple Bids Not Accepted
More than one bid from an individual, a firm or partnership, a corporation or association
under the same or different names shall not be considered.
H. Official Request for Bid packages are available from the Borough of Florham Park’s Sewer
and Water Utilities located at 31 Vreeland Road, Florham Park at no cost to the prospective
bidders. All addenda are posted on the Borough’s website and issued in accordance with
N.J.S.A. 40A:11-23(c) (1). Potential bidders are cautioned that they are bidding at their
own risk if a third party supplied the specifications that may or may not be complete. The
Borough of Florham Park is not responsible for third party supplied specifications.
REV 1/2021
4
I. Results of all bids are posted on the Borough’s website.
2.
BID SECURITY
The following provisions, if indicated by an (x), shall be applicable to this bid and be
made a part of the bidding documents:
A.
BID GUARANTEE
Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount
of ten percent (10%) of the total price bid (based on a one year quantity on the Bid Proposal
Form), but not in excess of $20,000, payable unconditionally to the Borough.
When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond
from a surety company authorized to do business in the State of New Jersey and acceptable
to the Borough.
The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law.
The check or bond of the bidder to whom the contract is awarded shall be retained until a
contract is executed and the required performance bond or other security is submitted.
The check or bond of the successful bidder shall be forfeited if bidder fails to enter into
contract pursuant to statute. Failure to submit required guarantee shall be cause for
rejection of the bid.
B.
BIDDER’S AFFIDAVIT
Bidder shall submit authorization to execute bid and deem it as a true offer of the Bidder.
C.
CONSENT OF SURETY
Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for
full amount of bid price from a Surety Company authorized to do business in the State of
New Jersey and acceptable to the Borough stating that it will provide said bidder to whom
the contract is awarded will furnish Performance and Payment Bonds from an acceptable
surety company on behalf of said bidder, in performance security equal to the total amount
of the contract, pursuant to statute.
Failure to submit this shall be cause for rejection of the bid.
D.
PERFORMANCE BOND
Successful bidder shall simultaneously with the delivery of the executed contract, submit
an executed bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract.
The performance bond provided shall not be released until final acceptance of the whole
work and then only if any liens or claims have been satisfied. The surety on such bond or
bonds shall be a duly authorized surety company authorized to do business in the State of
New Jersey pursuant to N.J.S.A. 17:31-5. For multi-year contracts, the Performance Bond
may be resubmitted each year on the Contract Anniversary Date for the amount remaining
on the contract.
Failure to submit this with the executed contract shall be cause for declaring contract null
and void pursuant to N.J.S.A. 40A:11-22.
D.
LABOR AND MATERIAL (PAYMENT) BOND
The successful bidder shall with the delivery for the performance bond submit an executed
payment bond to guarantee payment to laborers and suppliers for the labor and material
used in the work performed under the contract.
Failure to submit a labor and material bond with the performance bond shall be cause for
declaring the contract null and void.
REV 1/2021
5
E.
MAINTENANCE BOND
Upon acceptance of the work by the Borough, the contractor shall submit a maintenance
bond (N.J.S.A. 40A:1-16.3) in an amount not to exceed 100% of the project costs
guaranteeing against defective quality of work or materials for the period of:
1 Year
2 Years
3.
PREPARATION OF BIDS (PRICING INFORMATION AND FORMS)
A. (1) The Borough of Florham Park is exempt from any local, state or federal sales, use or
excise tax. Florham Park Borough will not pay for New Jersey State Sales and Use Tax
that are included in any invoices. Florham Park Borough will not pay service charges
such as interest and late fees.
(2) The Borough of Florham Park or any of its offices and divisions will not complete credit
applications as a result of contract(s) resulting from award based on these
specifications.
The Borough of Florham Park is rated by:
Moody’s Investors Services: Aaa
B. Bids shall be signed in ink (Original Signature Required) by the bidder, all quotations shall
be made with a typewriter/computer or pen and ink. Any quotation showing any erasure
alteration must be initialed by the bidder in ink. Unit prices and totals are to be inserted in
spaces provided.
C. Failure to sign and give all information in the bid may result in the bid being rejected.
D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The Borough has
attempted to identify the item(s) and the estimated amounts of each item bid to cover its
requirements; however, past experience shows that the amount ordered may be different
than that submitted for bidding. The right is reserved to decrease or increase the quantities
specified in the specifications pursuant to N.J.A.C. 5:30-11.2 and 11.10. NO MINIMUM
PURCHASE IS IMPLIED OR GUARANTEED.
E. Bidders shall insert prices for furnishing goods and services required by these specifications.
Prices shall be net including any charges for packing, crating, containers etc. All
transportation charges shall be fully prepaid by the contractor, F.O.B. destination and
placement at locations specified by the Borough. No additional charges will be allowed for
any transportation costs resulting from partial shipments made at vendor’s convenience
when a single shipment is ordered.
F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid
may be withdrawn in the 60 day period after the bids are received.
G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE
BID DOCUMENT CHECKLIST PAGE.
H. Results of all bids are posted on the Borough website www.fpboro.net
4.
FIRM FIXED CONTRACT
This is a firm fixed contract, prices firm, FOB Borough of Florham Park locations. No price
escalation. The vendor shall void the contract and permit Florham Park Borough to solicit open
market pricing should any price increase or surcharge be imposed.
5.
INTERPRETATIONS AND ADDENDA
REV 1/2021
6
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the Borough. The bidder accepts the obligation to become familiar with these
specifications.
B. Bidders are expected to examine the specifications and related documents with care and
observe all their requirements. Ambiguities, errors or omissions noted by bidders should
be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to
notify the Borough of such ambiguities, errors or omissions, the bidder shall be bound by
the bid.
C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every
request for an interpretation shall be in writing, addressed to the Purchasing Agent,
referencing the Contract Name and Contract Number in the subject line, at
pvisco@fpboro.net. In order to be given consideration, written requests for interpretation
and or clarification must be received at last three (3) business days prior to the date fixed
for the opening of the bids.
D. All interpretations, clarifications and any supplemental instructions will be in the form of
written addenda to the specifications, and will be distributed to all prospective bidders. All
addenda so issued shall become part of the specification and bid documents, and shall be
acknowledged by the bidder by completing the Acknowledgement of Receipt of Addenda
form. The Borough’s interpretations or corrections thereof shall be final.
Pursuant to N.J.S.A. 40A:11-23(c)(1) when issuing addenda, the owner shall provide
required notice prior to official receipt of bids to any person who has submitted a bid or who
has received a bid package. They will be sent via electronic transmissions to those known
recipients of the bid specifications.
E. Discrepancies in Bids
1. If the amount shown in words and its equivalent figures do not agree, the written words
shall be binding. Ditto marks are not considered writing or printing and shall not be
used.
2. In the event that there is a discrepancy between the unit prices and the extended totals,
the unit price shall prevail. In the event there is an error of the summation of the
extended totals, the computation by the Borough of the extended totals shall govern.
6.
BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE
A. Brand names and or descriptions used in this bid are to acquaint bidders with the type of
commodity desired and will be used as a standard by which alternate or competitive
materials offered will be judged. Competitive items must be equal to the standard described
and be of the same quality of work.
B. Variations between the goods and services described and the goods and services offered
are to be fully identified and explained by the bidder on a separate sheet and submitted
with the bid proposal form. Vendor’s literature will not suffice in explaining exceptions to
these specifications. In the absence of any exceptions by the bidder, it will be presumed
and required that materials as described in the proposal be delivered.
C. It is the responsibility of the bidder to demonstrate the equivalency of goods and services
offered. The Borough reserves the right to evaluate equivalency of a product which, in its
deliberations, meets its requirements.
D. In submitting its bid, the bidder certifies that the goods or services to be furnished will not
infringe upon any valid patent or trademark and that the successful bidder shall, at its own
expense, defend any and all actions or suits charging such infringement, and will save the
Borough harmless from any damages resulting from such infringement.
REV 1/2021
7
E. Only manufactured and farm products of the United States, wherever available, shall be
used pursuant to N.J.S.A. 40A:11-18.
F. Wherever practical and economical to the Borough, it is desired that recycled or recyclable
products be provided. Please indicate when recycled products are being offered.
G. The contractor shall guarantee any or all goods and services supplied under these
specifications. Defective or inferior goods shall be replaced at the expense of the contractor.
The contractor will be responsible for return freight or restocking charges.
7.
METHOD OF CONTRACT AWARD
A. The Borough reserves the right to accept or reject any or all bids, to waive identified
irregularities and technicalities, and to award in whole or in part to the lowest responsible
bidder, if it is in the best interest of the Borough to do so. Without limiting the generality
of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected, any
bid having erasures or corrections in the price sheet may be rejected, any bid in which unit
prices are omitted, or in which unit/total prices are unbalanced, may be rejected, any bid
accompanied by any insufficient or irregular certified check, cashier’s check or bid bond
may be rejected.
B. The Borough further reserves the right to award each item separately to the lowest
responsible bidder meeting specifications or to make an award based on the total bid to the
bidder whose total sum is the low bid meeting the specifications, whichever in the awarding
authorities’ opinion is in the best interest of the Borough. Without limiting the generality
of the foregoing, the Borough reserves the right to award a contract based on either option
that may be described in the bid proposal or based on any combination thereof.
C. The Borough may also elect to award the contract on the basis of unit prices.
D. The Borough reserves the right to award equal or tie bids at their discretion to any one of
the tie bidders.
E. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the
Borough may then, at its option, accept the bid of the next lowest responsible bidder.
F. The effective period of this contract will be two years unless otherwise noted in the
specifications. Continuation of the terms of this contract beyond the fiscal year is contingent
on availability of funds in the following year’s budget. In the event of unavailability of such
funds, the Borough reserves the right to cancel this contract.
G. The form of contract shall be submitted by the Borough to the successful bidder. Terms of
the specifications/bid package prevail. Bidder exceptions must be formally accepted by the
Borough; material exceptions shall not be approved.
H. Government entities are not private business/consumer clients; therefore, separate
company agreements are not honored. Terms of the specifications/bid package prevail
unless otherwise noted by the vendor as exceptions.
8.
CAUSES FOR REJECTING BIDS
Bids may be rejected for any of the following reasons:
A. All bids pursuant to N.J.S.A. 40A:11-13.2;
B. If more than one bid is received from an individual, firm or partnership, corporation or
association under the same name;
C. Multiple bids from an agent representing competing bidders;
D. The bid is inappropriately unbalanced;
REV 1/2021
8
E. If the successful bidder fails to enter into a contract within 21 days, Sundays and holidays
excepted, or as otherwise agreed upon by the parties to the contract. In this case at its
option, the Borough may accept the bid of the next lowest responsible bidder. (N.J.S.A.
40A:11-24b)
9.
NEW JERSEY PREVAILING AGE ACT (When Applicable) N.J.S.A. 34:11-56.25 et seq.
Pursuant to N.J.S.A. 34:11-56.25 et seq, contractors on projects for public work shall adhere
to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to
submit a certified payroll record to the owner within ten (10) days of the payment of wages.
The contractor is also responsible for obtaining and submitting all subcontractors’ certified
payroll records within the aforementioned time period. The contractor shall submit said
certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It is the contractor’s
responsibility to obtain any additional copies of the certified payroll form to be submitted by
contacting the New Jersey Department of Labor and Workforce Development, Division of
Workplace
Standards.
Additional
information
is
available
at
http://lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html.
10.
THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT–N.J.S.A. 34:11-56.48 et seq.
N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed
subcontractors named in the contractor’s bid proposal shall possess a certificate at the time
the bid proposal is submitted. After bid proposals are received and prior to award of contract,
the successful contractor shall submit a copy of the contractor’s certification along with those
of all listed subcontractors. All non-listed subcontractors and lower tier sub-subcontractors
shall be registered prior to starting work on the project. It is the general contractor’s
responsibility that all non-listed sub-contractors at any tier have their certificate prior to
starting work on the job.
Under the law a “contractor” is “a person, partnership, association, joint stock company, trust,
corporation or other legal business entity or successor thereof who enters into a contract” which
is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34: 11-56.25, et
seq.) It applies to contractors based in New Jersey or in another state.
The law defines “public works projects” as contracts for “public work” as defined in the
Prevailing Wage statue (N.J.S.A. 34:11-56.25(5)). The term means:
“Construction, reconstruction, demolition, alteration, or repair work, or maintenance
work, including painting and decorating, done under contract and paid for in whole or
in part out of the funds of a public body, except work performed under a rehabilitation
program.
“Public work” shall also mean construction, reconstruction, demolition, alteration, or
repair work, done on any property or premises, whether or not the work is paid for from
public funds…”
“Maintenance work” means the repair of existing facilities when the size, type or extent
of such facilities is not thereby changed or increased. While “maintenance” includes
painting and decorating and is covered under the law, it does not include work such as
routine landscape maintenance or janitorial services.
To register, a contractor must provide the State Department of Labor and Workforce
Development with a full and accurately completed application form. The form is available online
at http://lwd.dol.state.nj.us/labor/wagehour/regperm/pw_cont_reg.html.
N.J.S.A. 34:11-56.55 specifically prohibits accepting applications for registration as a substitute
for a certificate or registration.
11.
NON-COLLUSION AFFIDAVIT – N.J.S.A. 52:34-15
REV 1/2021
9
The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed
and submitted intact with the proposal.
12.
NEW JERSEY ANTI-DISCRIMINATION – N.J.S.A. 10:2-1
There shall be no discrimination against any employee engaged in the work required to produce
the goods and services covered by any contract resulting from this bid, or against any applicant
to such employment because of race, religion, sex, national origin, creed, color, ancestry, age,
marital status, affectional or sexual orientation, familial status, liability for service in the Armed
Forces of the United States, or nationality. This provision shall include, but not be limited to
the following: employment upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation, and selection
for training, including apprenticeship. The contractor shall insert a similar provision in all
subcontracts for services to be covered by any contract resulting from this bid.
13.
MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE – N.J.S.A. 10:5-31 et seq. and
N.J.A.C. 17-27 et seq.
No firm may be issued a contract unless it complies with the affirmative action provisions of
N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. as administered by the Division of
Purchase & Property Contract Compliance and Audit Unit (Division) and provided below. The
contract will include the language included as attachment A in this specification.
1. Goods, Professional Services and Service Contracts
Each contractor shall submit to the public agency, after notification of award but prior to
execution of a goods and services contract, one of the following three documents:
i.
A Letter of Federal Approval indicating that the vendor is under an existing federally
approved or sanctioned affirmative action program. A copy of the letter must be
provided by the vendor to the Public Agency and Division. This approval letter is valid
for one year from the date of issuance.
ii. A Certificate of Employee Information Report (hereafter “Certificate”), issued in
accordance with N.J.A.C. 17:27 et seq. The vendor must provide a copy of the
Certificate to the Public Agency as evidence of its compliance with the regulations. The
Certificate represents the review and approval of the vendor’s Employee Information
Report, Form AA-302 by the Division
iii. The successful bidder shall complete an Initial Employee Report, Form AA-302 and
submit it to the Division with a check or money order for $150.00 made payable to
“Treasurer, State of New Jersey" www.state.nj.us/treasury/contract_compliance
2. Construction Contracts
All successful contractors shall complete and submit an Initial Project Manning Report
(AA201-available
on-line
at
www.state.nj.us/treasury/contract_compliance
upon
notification of award. Proper completion and submission of this Report shall constitute
evidence of the contractor’s compliance with the regulations. Failure to submit this form
may result in the contract being terminated. The contractor also agrees to submit a copy
of the Monthly Project Workforce Report, Form AA-202 once a month thereafter for the
duration of the contract to the Department of LWD and to the Public Agency.
14.
AMERICANS WITH DISABILITIES ACT OF 1990 – 42 U.S.C. S121 01 et seq.
Discrimination on the basis of disability in contracting for the purchase of goods and services
is prohibited. Bidders are required to read Americans with Disabilities language that is included
in this specification and agree that the provisions of Title II of the Act are made a part of the
contract. The contractor is obligated to comply with the Act and to hold the Borough harmless.
15.
WORKER AND COMMUNITY RIGHT TO KNOW ACT – N.J.S.A. 34:5A-1 et seq.
REV 1/2021
10
The manufacturer or supplier of chemical substances or mixtures shall label them in accordance
with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C.
5:89-5 et seq.).
All direct use containers shall bear a label indicating the chemical name(s) and Chemical
Abstracts Service number(s) of all hazardous substances in the container, and all other
substances which are among the five most predominant substances in the container, or their
trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The
Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S.
Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS)
as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and
Regulations as adopted in the final rule by DEPARTMENT OF LABOR, Occupational Safety and
Health Administration, 29 CFR Parts 1910, 1915, and 1926, {Docket No. OSHA-H022K-2006-
0062, (formerly Docket No. H022K)}, RIN 1218-AC20, Hazard Communication. Further, all
applicable documentation must be furnished.
16.
STATEMENT OF CORPORATE OWNERSHIP – N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)
In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership,
limited liability corporation, limited liability partnership, Subchapter S corporation or sole
proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or
accompanying the bid of the corporation, partnership, limited partnership, there is submitted
to the Borough a statement setting forth the names and addresses of all stockholders who own
10% or more of the stock, of any class or of all individual partners who own a 10% or greater
interest in the corporation, partnership, limited partnership, limited liability corporation, limited
liability partnership, Subchapter S corporation or sole proprietorship. If one or more such
stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or
more of that corporation’s stock, or the individual partners owning 10% or greater interest in
that partnership, as the case may be, shall also be listed. The disclosure shall be continued
until names and addresses of every noncorporate stockholder and individual partner, exceeding
the 10% ownership criteria established in this act has been listed. This form shall be signed
and submitted with the bid/proposal whether or not a stockholder or partner owns less than
10% of the business submitting the bid. Failure to comply requires mandatory rejection of the
bid/proposal.
17.
INSURANCE AND INDEMNIFICATION
If it becomes necessary for the contractor, either as principal or by agent or employee, to enter
upon the premises or property of the owner in order to construct, erect, inspect, make delivery
or remove property hereunder, the contractor hereby covenants and agrees to take use,
provide and make all proper, necessary and sufficient precautions, safeguards, and protection
against the occurrence of happenings of any accident, injuries, damages, or hurt to person or
property during the course of the work herein covered and be his/her sole responsibility.
The contractor further covenants and agrees to indemnify and save harmless the owner from
the payment of all sums of money or any other consideration(s) by reason of any, or all, such
accidents, injuries, damages, or hurt that may happen or occur upon or about such work and
all fines, penalties and loss occurred for or by reason of the violation of any owner regulation,
ordinance or the laws of the State, or the United States while said work is in progress.
The contractor shall maintain sufficient insurance to protect against all claims under Workers
Compensation, General Liability and Automobile and shall be subject to approval for adequacy
of protection and certificates of such insurance shall be provided with the owner named as
additional insured.
A. Insurance Requirements
Worker’s Compensation and Employer’s Liability Insurance
REV 1/2021
11
This insurance shall be maintained in full force during the life of this contract by the bidder
covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-
12(a) and N.J.A.C. 12:35-1.6. Minimum Employer’s Liability $1,000,000
General Liability Insurance
This insurance shall have limits of not less than $1,000,000 any one person and $1,000,000
any one accident for bodily injury and $2,000,000 aggregate for property damage, and shall
be maintained in force during the life of the contract.
Automobile Liability Insurance
This insurance covering bidder for claims arising from owned, hired and non-owned vehicles
with limits of not less than $1,000,000 any one person and $1,000,000 any one accident for
bodily injury and $1,000,000 each accident for property damage, shall be maintained in force
during the life of this contract by the bidder.
B. Certificates of the Required Insurance
Certificates as listed above shall be submitted along with the contract as evidence covering
Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable,
necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be
with acceptable insurance companies operating on an admitted basis in the State of New Jersey
and shall name the OWNER as an additional insured.
Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and
shall name the OWNER as an additional insured.
C. Indemnification
The Contractor agrees to indemnify and save harmless the Borough, its officers, agents and
employees, from all claims, suits or actions, and damages or costs of every name and
description to which the owner may be subjected or put by reason of injury to the person or
property of another, or the property of the owner, resulting from:
a) negligent acts or missions on the part of the contractor, the contractor’s agents, servants
or subcontractors in the delivery of goods and services, or in the performance of the work
under the contract; and,
b) the use of any copyrighted or copyrighted composition, valid trademark, secret process,
patented or unpatented invention or article furnished or used in the performance of this
contract.
Florham Park Borough will not accept Mutual Limitation of Liability terms.
18.
PAYMENT
Payment will be made after a properly executed Borough voucher has been received and
formally approved on the voucher list by the Mayor and Council at its subsequent regular
meeting. The voucher will be certified correct by the department/division head who received
the goods or services.
19.
TERMINATION
A. If, through any cause, the contractor shall fail to fulfill in a timely manner obligations under
the contract or if the contractor shall violate any of the requirements of the contract, the
Borough shall there upon have the right to terminate the contract by giving written notice
to the contractor of such termination and specifying the effective date of termination. Such
termination shall relieve the Borough of any obligation for balances to the contractor of any
sum or sums set forth in the contract. Florham Park Borough will pay for goods and services
accepted prior to termination.
REV 1/2021
12
B. Notwithstanding the above, the contractor shall not be relieved of liability to the Borough
for damages sustained by the Borough by virtue of any breach of the contract by the
contractor and the Borough may withhold any payments to the contractor for the purpose
of compensation until such time as the exact amount of the damage due the Borough from
the contractor is determined.
C. The contractor agrees to indemnify and hold the Borough harmless from any liability to
subcontractors/suppliers concerning payment for work performed or goods supplied arising
out of the lawful termination of the contract by the Borough under this provision.
D. In case of default by the contractor, the Borough may procure the goods and services from
other sources and hold the contractor responsible for any excess cost.
E. Continuation of the terms of the contract beyond the fiscal year is contingent on availability
of funds in the following year’s budget. In the event of unavailability of such funds, the
Borough reserves the right to cancel the contract.
F. It is understood by all parties that if, during the life of the contract, the contractor disposes
of his/her business concern by acquisition, novation, merger, sale and/or transfer or by any
means convey his/her interest(s) to another party, all obligations are transferred to the
new party. In this event, the new owner(s) will be required to submit all
documentation/legal instruments that were required in the original bid/contract. Any
changes shall be approved by the Borough.
G. The contractor will not assign any interest in the contract and shall not transfer any interest
in the same without the prior written consent of the Borough.
H. The Borough may terminate the contract for convenience by providing sixty (60) calendar
days advanced notice to the contractor.
I. The contractor shall maintain all documentation related to products, transactions or services
under this contract for a period of five years from the date of final payment. Such records
shall be available to the New Jersey Office of the State Comptroller upon request.
I. For contracts that exceed one year, each fiscal year payment obligation of the Borough is
conditioned upon the availability of Florham Park Borough funds appropriated or allocated
for the payment of such an obligation. If funds are not allocated and available for the
continuance of any services performed by the bidder awarded the contract (contractor)
hereunder, whether in whole or in part, the Borough at the end of any particular fiscal year
may terminate such services. The Borough will notify the contractor in writing immediately
of any services that will be affected by a shortage of appropriated funds. This provision
shall not be construed so as to permit the Borough to terminate the contract during the
term, or any service hereunder, merely in order to acquire identical services from another
contractor.
J. Neither party shall be responsible for any resulting loss or obligation to fulfill duties as
specified in any of the terms or provisions of a contract if the fulfillment of any term or
provision of the contract is delayed or prevented by any revolutions, insurrections, riots,
wars, acts of enemies, national emergencies, strikes, floods, fires, acts of God, or by any
cause not within the control of the party whose performance is interfered with which by the
exercise of reasonable diligence such party is unable to prevent. Additionally, if the
fulfillment of any of the terms and provisions of the contract is delayed or prevented by any
court order, or action or injunction or other such agreement, the contract shall become
voidable by Florham Park Borough by notice to the parties.
20.
ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC.
It is understood by all parties that if, during the life of the contract, the contractor disposes of
his/her business concern by acquisition, merger, sale and/or transfer or by any means convey
his/her interest(s) to another party, all obligations are transferred to that new party. In this
REV 1/2021
13
event, the new owners(s) will be required to submit, when required, a performance bond in the
amount of the open balance of the contract.
21.
ADDITIONS/DELETIONS OF SERVICE
The Borough reserves the right to add and/or delete services to this contract. Should a service
requirement be deleted, payment to the Contractor will be reduced proportionally to the
amount of service deleted in accordance with the bid price. Should additional services be
required, payment to the Contractor will be increased proportionally to the amount of service
added in accordance with the bid price.
22.
Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal
blank(s) set forth in these specifications.
23.
Bidders shall not write in margins or alter the official content or requirements of the Borough
bid documents.
24.
SPECIFICATIONS
Any prospective bidder who wishes to challenge a bid specification shall file such challenges in
writing with the contracting agent no less than three business days prior to the opening of the
bids. Challenges filed after that time shall be considered void and having no impact on the
contracting unit or the award of contract.
25.
OWNERSHIP OF MATERIAL
The owner shall retain all of its rights and interest in any and all documents and property both
hard copy and digital furnished by the owner to the contractor for the purpose of assisting the
contractor in the performance of this contract. All such items shall be returned immediately to
the owner at the expiration or termination of the contract or completion of any related services,
pursuant thereto, whichever comes first. None of the documents and/or property shall, without
the written consent of the owner, be disclosed to others or used by the contractor or permitted
by the contractor to be used by their parties at any time except in the performance of the
resulting contract.
Ownership of all data, materials and documentation originated and prepared for the owner
pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized
information, programs and materials related to this project shall be delivered to and become
the property of the owner upon completion of the project. The contractor shall not have the
right to use, sell, or disclose the total of the interim or final work products, or make available
to third parties, without the prior written consent of the owner. All information supplied to the
owner may be required to be supplied on CD-ROM media compatible with the owner’s computer
operating system, windows based, Microsoft Office Suite 2010.
26.
TRUTH IN CONTRACTING LAW
N.J.S.A. 2C:21-34, et seq. governs false claims and representation. It is a serious crime
for the bidder to knowingly submit a false claim and/or knowingly make material
misrepresentation.
N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offers a benefit
to a public servant for an official act performed or to be performed by a public servant,
which is a violation of official duty.
N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or
indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.
Bidder should consult the statutes or legal counsel for further information.
27.
PROOF OF N.J. BUSINESS REGISTRATION CERTIFICATE N.J.S.A. 52:32-44
Pursuant to N.J.S.A. 52:32-44, Florham Park Borough (“Contracting Agency”) is prohibited from
entering into a contract with an entity unless the bidder/proposer/contractor, and each
subcontractor that is required by law to be named in a bid/proposal/contract has a valid
REV 1/2021
14
Business Registration Certificate on file with the Division of Revenue and Enterprise Services
within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency
with its proof of business registration and that of any named subcontractor(s).
Subcontractors named in a bid or proposal shall provide proof of business registration to the
bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract,
purchase order, or other contracting document is awarded or authorized.
During the course of contract performance:
(1) The contractor shall not enter into a contract with a subcontractor unless the
subcontractor first provides the contractor with a valid proof of business registration.
(2) The contractor shall maintain and submit to the Contracting Agency a list of
subcontractors and their addresses that may be updated from time to time.
(3) The contractor and any subcontractor providing goods or performing services under the
contract, and each of their affiliates, shall collect and remit to the Director of the Division
of Taxation in the Department of Treasury, the use tax due pursuant to the Sales and
Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property
delivered in the State. Any questions in this regard can be directed to the Division of
Taxation
at
(609)
292-6400.
Form
NJ-REG
can
be
filed
online
at
www.state.nj.us/treasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting
Agency a complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a
business registration as required, or that provides false business registration information, shall
be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000, for each
proof of business registration not properly provided under a contract with a contracting agency.
Emergency Purchases or Contracts
For purchases of an emergent nature, the contractor shall provide its Business Registration
Certificate within two weeks from the date of purchase or execution of the contract or prior to
payment for goods or services, whichever is earlier.
28.
PAY TO PLAY – NOTICE OF DISCLOSURE REQUIREMENT
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)
pursuant to N.J.S.A. 19:44A-20.27 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 888-313-3532
or at www.elec.state.nj.us.
29.
NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS
Public funds may be used to pay only for goods delivered or services rendered. Florham Park
Borough will not pay penalties and/or interest on overdue bills. No employee is authorized to
sign a letter of credit or any other document that represents a legal commitment on the part
of the Borough to pay additional fees.
30.
W-9
Successful bidder/respondent shall complete W-9 Form and submit to Finance prior to contract
award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf
31.
Health Insurance Portability and Accountability Act of 1996-HIPAA (If Applicable)
REV 1/2021
15
Both parties agree to comply with all requirements of the Federal Health Insurance Portability
and Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the
corresponding HIPAA regulations for the confidentiality and security of medical information.
The Contractor shall:
Not use or disclose protected health information other than as permitted or required by law
Use appropriate safeguards to protect the confidentiality of the information
Report any use or disclosure not permitted
The contractor, by execution of the contract, shall thereby indemnify and hold the Borough
harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred
as the result of the failure of the contractor to comply with the requirements of the Health
Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting
the privacy of persons using its services.
32.
PUBLIC EMERGENCY
In the event of a Public Emergency declared at the Local, State or Federal Level, if the Borough
opts to extend terms and conditions of this bid, the contractor agrees to extend the terms and
conditions of this bid, whether existing, expiring or expired no longer than six months, for
goods and/or services for the duration of the emergency. In the event the original contractor
cannot meet this requirement, the Borough may solicit the goods and/or services from any
bidder on this contract.
33.
The owner and the Contractor each bind themselves and their successors, executors,
administrators, heirs and assigns and legal representatives of the other party respecting all
covenants and agreements and obligations of this contract.
34.
The terms of this Agreement shall be construed and interpreted, and all respective rights and
duties of the parties shall be governed by the laws of the State of New Jersey.
35.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in
certain investment activities in energy or finance sectors of Iran. The terms of this Agreement
shall be construed and interpreted, and all respective rights and duties of the parties shall be
governed by the laws of the State of New Jersey.
36. All Right to Know documents and Safety Data Sheets must be submitted to the Sewer Utility
by June 15, 2023 and June 15, 2024.
37. No delivery fees or fuel surcharges will be charged.
REV 1/2021
16
Technical Specifications
The Borough is seeking an experienced professional to provide the following services:
WORK SCHEDULE:
Service shall be performed according to the following schedule and attached square footage:
DPW Garage – 5 days/week
Senior Center – 5 days/week
Ambulance Squad – 5 days/week
Library – 6 days/week (Mon thru Sat)
Company 1 Firehouse – 2 days/week (Tues – Thurs)
Museum on second floor – 2 days/week (Tues – Thurs)
Company 2 Firehouse – 2 days/week (Tues – Thurs)
There will be no work performed on holidays.
SERVICES:
1. Clean and disinfect restrooms, toilets, sinks, urinals, partitions, all fixtures, walls, sweep and
disinfect restroom floors.
2. In all restrooms, refill soap, toilet tissue and paper towels.
3. Clean and disinfect all surfaces, including cabinets, counter tops and appliances, as well as
all door knobs, handles and push plates.
4. Vacuum all carpeted areas.
5. Empty all wastepaper baskets replacing liners daily. All recyclables are to be placed in
receptacles as provided by the borough.
6. Dust & damp mop all hard floor surfaces including stairwells and landings.
7. Dust all wood furniture, including legs and chair bases, picture frames, ledges, etc.
8. Clean all windows including glass in doors.
9. Clean window sills/ledges once per week.
Company will supply all of the cleaning solutions, hand soaps, paper products, and
equipment to provide the listed services.
REV 1/2021
17
SENIOR CENTER
CO#1:
Big room
1170 sqft
Bathroom 1
42 sqft
Kitchen
255 sqft
Bathroom 2
40 sqft
Women's bath
126 sqft
Bathroom 3
150 sqft
Men's bath
119 sqft
Lunch room (vacuum)
504 sqft
Second kitchen
165 sqft
Kitchen
200 sqft
Foyer (vacuum)
88 sqft
Radio Room
194 sqft
Second foyer (vacuum)
199 sqft
Office (vacuum)
300 sqft
Back hallway (vacuum)
70 sqft
Conference
1025 sqft
Living room (vacuum)
378 sqft
TOTAL (vacuum)
804 sqft
Card room (vacuum)
540 sqft
TOTAM (sweep/mop)
1651 sqft
Front hallway (vacuum)
195 sqft
TOTAL
2455 sqft
Computer room
(vacuum)
100 sqft
TOTAL (sweep/mop)
1835 sqft
FIREHOUSE MUSEUM
TOTAL (vacuum)
1735 sqft
First floor bath
(laminate)
GRAND TOTAL
3570 sqft
First floor office (laminate)
Staircase (carpet)
SQUAD
Upstairs room
(laminate)
Big Conference room
1258 sqft
TOTAL
356 sqft
Hall
44 sqft
Kitchen
63 sqft
CO#2
Women's bath
36 sqft
Bathroom 1
70 sqft
Men's bath
44 sqft
Bathroom 2
25 sqft
Truck bay
1120 sqft
Radio room
36 sqft
Back hall
136 sqft
Lounge (vacuum)
378 sqft
Foyer (vacuum)
80 sqft
TOTAL (vacuum)
378 sqft
Lounge (vacuum)
783 sqft
TOTAL (Sweep/mop)
131 sqft
Office (vacuum)
88 sqft
GRAND TOTAL
509 sqft
Back conf. room
(vacuum)
198 sqft
TOTAL (sweep/mop)
2701 sqft
LIBRARY
TOTAL (vacuum)
1149 sqft
Lady’s room
140 sqft
GRAND TOTAL
3850 sqft
Men’s room
136 sqft
Bathroom hallway
96 sqft
Foyer
718 sqft
DPW Garage
Kitchen (foyer)
96 sqft
Locker room
184 sqft
Children’s bathroom
63 sqft
Lunch Room
378 sqft
Periodical's
238 sqft
Supervisor's office 1
167 sqft
Staff bathroom
90 sqft
Supervisor's office 2
315 sqft
Rear entrance foyer
102 sqft
REV 1/2021
18
Director's Office
192 sqft
TOTAL:
1679 sqft
Men's bath
172 sqft
Women's bath
21 sqft
TOTAL
1492 sqft
Vacuum throw rugs
REV 1/2021
19
RECORD OF RECENT CONTRACT AWARDS
Give full information about all your contracts: whether private or government contracts; whether
prime or sub-contracts; whether in progress or awarded but not yet begun; or where you are low
bidder pending formal award of contract.
OWNER
LOCATION
DESCRIPTION
ADJUSTED CONTRACT
DATE OF
AMOUNT
COMPLETION
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
REV 1/2021
20
BOROUGH OF FLORHAM PARK
EXCEPTIONS
For each exception, the bidder must identify the specific section of specifications by providing the
number and title the exception applies to. It is the responsibility of the bidder to document the
equivalence claim in writing. Submitting product brochures is not an acceptable claim of equivalence.
(IF NONE SO STATE)
USE ADDITIONAL SHEET IF NECESSARY
REV 1/2021
21
BOROUGH OF FLORHAM PARK
BID DOCUMENT CHECKLIST
Required
With
Bid
Read, Signed
& Submitted
Bidder’s Initial
A.
FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR
REJECTION OF BID
Stockholder Disclosure Certification
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued)
Required Evidence EEO/Affirmative Action Regulations Questionnaire
Bidder’s Affidavit
Non-Collusion Affidavit
Bid Guarantee (bid bond or certified/cashier’s check)
(with Power of Attorney for full amount of Bid Bond)
Consent of Surety (Certificate from Surety company)
Surety Disclosure Statement and Certification
Performance Bond
Labor and Material (Payment) Bond
Maintenance Bond
Disclosure of Investment Activities in Iran- Submit with bid response
B.
MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED
Business Registration Certificate – Bidder – Prefer with Bid Response. Required by Law
prior to award of contract
Business Registration Certificate – Designated Subcontractor(s) – Prefer with Bid Response.
Required by Law prior to award of contract
Public Works Contractor Registration Certificate(s) for the Bidder and Designated
Subcontractors (Prior to Award, but effective at time of bid)
License(s) or Certification(s) Required by the Specifications
C.
FAILURE TO SUBMIT ANY OF THESE ITEMS AT TIME OF BID MAY BE CAUSE FOR
REJECTION
Three (3) references for similar projects
Authorization for Background Check
Catalog/Price List
Product Samples
Certification of Available Equipment
Other: CD or USB flash drive with PDF of Bid Response along w/Printed Copies (ref page 1)
CD and/or USB flash drive must be labeled with the bidder’s name
Other:
D.
READ ONLY
Americans With Disability Act of 1990 Language
E.
OPTIONAL ITEM(S)
Borough Cooperative Contract Option
This checklist is provided for bidder’s use in assuring compliance with required
documentation; however, it does not include all specifications requirements and does not
relieve the bidder of the need to read and comply with the specifications.
Name of Bidder:
Date:
By Authorized Representative:
Signature:
REV 1/2021
22
Print Name & Title:
REV 1/2021
23
BOROUGH OF FLORHAM PARK
BID PROPOSAL FORM/SIGNATURE PAGE
TO THE BOROUGH OF FLORHAM PARK
MAYOR AND COUNCIL:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and the
Specifications for the Cleaning of the 7 various Borough Buildings, that he/she has determined the
conditions affecting the bid and submits the following proposal in full compliance therewith:
2024 Annual Cleaning Cost
$_______________________
2025 Annual Cleaning Cost
$_______________________
(Corporation)
The undersigned is a (Partnership) under the laws of the State of __________________________ having its
(Individual)
Principal office at
Company
Federal I.D. # or Social Security #
Address
Signature of Authorized Agent
Type or Print Name
Title of Authorized Agent
Date
Telephone Number
Email Address
Fax Number
REV 1/2021
24
BOROUGH OF FLORHAM PARK
OWNERSHIP STATEMENT - STOCKHOLDER DISCLOSURE FORM
LEGAL NAME OF BIDDER: ___________________________________________________________
Check the box that represents the type of business organization:
Partnership
Corporation
Sole Proprietorship
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
Other, Please List __________________________________
List the names and addresses of all stockholders who own ten (10%) percent or more of the above company’s stock, and if
there are NO STOCKHOLDERS OF 10% OR MORE, simply check the second box below. If one or more such
stockholders or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock,
or the individual partners owning 10% of that corporation's stock, or the individual partners owning 10% or greater interest
in that partnership, as the case may be, must also be listed.
The disclosure shall be continued until names and addresses of every person who is a non-corporate stockholder,
or individual partner, exceeding the 10% ownership criteria established in this act, has been listed, in full
compliance with Chapter 33 of the New Jersey Public Laws of 1977.
BIDDERS/RESPONDENTS MUST CHECK THE APPROPRIATE BOX:
I certify that the list below contains the names and addresses of all stockholders holding 10% or more of the issued
and outstanding stock of the undersigned.
I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.
Publicly Traded - For publicly traded entities to comply with N.J.S.A. 52:25-24.2 they may submit the name and address of
each publicly traded entity, and the name and address of each person holding 10% or more beneficial interest in the publicly
traded entity as of the last annual filling with the Security Exchange Commission (SEC), or foreign equivalent
Submit here the Website (URL) providing the last annual Security Exchange Commission (SEC) filing, or foreign equivalent:
____________________________________________________________________________________________
The requested information is available on the following page number(s) of the SEC, or foreign equivalent, filing:
____________________________________________________________________________________________
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
Stockholder Name__________________________________________________________________________
Address___________________________________________________________________________________
Percentage of Ownership______%.
(Note: Attach additional pages if necessary)
________________________________________________________________
______________
(Respondent/Respondent Authorized Signature)
(Date)
___________________________________________
______________________________________
(Print name of authorized signatory)
(Title)
REV 1/2021
25
BOROUGH OF FLORHAM PARK
BIDDER’S AFFIDAVIT
STATE OF NEW JERSEY
)
) ss:
COUNTY OF
)
________________________________, being of full age and being duly sworn, upon his
Oath deposes and says:
1.
I reside at
______________________________________________________________
2.
I am _____________________________________ of the firm of
______________________________________________________________
(Name of Bidder)
3.
I am the person who signed the foregoing Bid and I was duly authorized to
execute
such Bid. The Bid is a true offer of the Bidder. If the Bidder has a seal, then
such seal is affixed to the Bid. All of the statements and declarations contained
in the Bid are true to the best of my knowledge and belief.
____________________________________ (Seal)
(Signature)
Subscribed and sworn to
Before me this _____ day
Of ________________, 20__.
_________________________________
Notary Public of the State
Of New Jersey
My Commission expires______________
(Notary Seal)
REV 1/2021
26
BOROUGH OF FLORHAM PARK
NON-COLLUSION AFFIDAVIT
State of _____________
Borough of _____________
ss:
I, _____________________________ of the City of _______________________________
In the County of _____________________ and State of _________________________ of full age,
being duly sworn according to law on my oath depose and say that:
I am _____________________________ of the firm of ____________________________
(Title or position)
(Name of firm)
the bidder making this Proposal for the above named project, and that I executed the said proposal
with full authority so to do; that said bidder has not, directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding
in connection with the above named project; and that all statements contained in said proposal and
in this affidavit are true and correct, and made with full knowledge that the Borough of Florham Park
relies upon the truth of the statements contained in said proposal and in the statements contained
in this affidavit in awarding the contract for the said project.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage,
or contingent fee, except bona fide employees or bona fide established commercial or selling agencies
maintained by_________________________________.
(Name of Contractor)
(N.J.S.A. 52:34-15)
Subscribed and sworn to
Before me this _______day
Of ___________, _______.
Signature
(Type or print name of affiant under signature)
_______________________________________
Notary public of
My Commission expires ___________________.
REV 1/2021
27
EXHIBIT A
EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
All successful bidders are required to submit evidence of appropriate affirmative action compliance
to the Borough and Division of Public Contracts Equal Employment Opportunity Compliance. During
a review, Division representatives will review the Borough files to determine whether the affirmative
action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor
shall submit to the Borough, prior to execution of the contract, one of the following documents:
Goods and General Service Vendors
1. Letter of Federal Approval indicating that the vendor is under an existing federally approved or
sanctioned affirmative action program. A copy of the approval letter is to be provided by the
vendor to the Borough and the Division. This approval letter is valid for one year from the date
of issuance.
Do you have a federally-approved or sanctioned EEO/AA program?
Yes
No
If yes, please submit a photo static copy of such approval.
2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with
N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the Borough as
evidence of its compliance with the regulations. The Certificate represents the review and
approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period
of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their
expiration date in order to remain valid.
Do you have a State Certificate of Employee Information Report Approval?
Yes
No
If yes, please submit a photo static copy of such approval.
3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to
the Division with $150.00 Fee and forward a copy of the Form to the Borough. Upon submission
and review by the Division, this report shall constitute evidence of compliance with the
regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on
the Division website www.state.nj.us/treasury/contract_compliance.
The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal
Employment Opportunity Compliance, with a copy to Public Agency.
The undersigned vendor certifies that he/she is aware of the commitment to comply with the
requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of
evidence.
The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if
said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.
COMPANY: ______________________________ SIGNATURE: ____________________________
PRINT NAME: ___________________________ TITLE: __________________________________
DATE: __________________
REV 1/2021
28
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and
employment, and that employees are treated during employment, without regard to their age, race, creed, color, national
origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of
this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,
disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice,
to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this
chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities
Act.
The contractor or subcontractor agrees to make good faith efforts to meet targeted Borough employment goals established
in accordance with N.J.A.C. l7:27-5.2.
The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited
to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the
basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity
or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in
direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating
to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability,
nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law
and applicable Federal court decisions.
The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services
contract, one of the following three documents:
Letter of Federal Affirmative Action Plan Approval
Certificate of Employee Information Report
Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency
through the Division’s website at ww.state.nj.us/treasury/contract compliance).
The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property,
CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of
these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase &
Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the
Administrative Code at N.J.A.C. 17:27.
REV 1/2021
29
SAMPLE CERTIFICATE OF EMPLOYEE INFORMATION REPORT
REV 1/2021
30
BOROUGH OF FLORHAM PARK
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With
Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the
basis of disability by public entities in all services, programs, and activities provided or made available
by public entities, and the rules and regulations promulgated pursuant there unto, are made a part
of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this
contract, the contractor agrees that the performance shall be in strict compliance with the Act. In
the event that the contractor, its agents, servants, employees, or subcontractors violate or are
alleged to have violated the Act during the performance of this contract, the contractor shall defend
the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor
shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from
and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature
arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense,
appear, defend, and pay any and all charges for legal services and any and all costs and other
expenses arising from such action or administrative proceeding or incurred in connection therewith.
In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees
to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any
action or administrative proceeding results in an award of damages against the owner, or if the owner
incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance
procedure, the contractor shall satisfy and discharge the same at its own expense.
The owner shall, as soon as practicable after a claim has been made against it, give written notice
thereof to the contractor along with full and complete particulars of the claim, If any action or
administrative proceeding is brought against the owner or any of its agents, servants, and
employees, the owner shall expeditiously forward or have forwarded to the contractor every demand,
complaint, notice, summons, pleading, or other process received by the owner or its representatives.
It is expressly agreed and understood that any approval by the owner of the services provided by
the contractor pursuant to this contract will not relieve the contractor of the obligation to comply
with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this
paragraph.
It is further agreed and understood that the owner assumes no obligation to indemnify or save
harmless the contractor, its agents, servants, employees and subcontractors for any claim which
may arise out of their performance of this Agreement. Furthermore, the contractor expressly
understands and agrees that the provisions of this indemnification clause shall in no way limit the
contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the
contractor from any liability, nor preclude the owner from taking any other actions available to it
under any other provisions of the Agreement or otherwise at law.
REV 1/2021
31
BOROUGH OF FLORHAM PARK
THESE ARE SAMPLES OF THE ONLY ACCEPTABLE
BUSINESS REGISTRATION CERTIFICATES.
PREFER SUBMITTED WITH BID RESPONSE
REQUIRED BY LAW PRIOR TO AWARD OF CONTRACT
REV 1/2021
32
BOROUGH OF FLORHAM PARK
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
BID/RFP/Solicitation Number:
Bidder/Offeror:
Part 1: Certification
BIDDERS ARE TO COMPLETE PART 1 BY CHECKING EITHER BOX
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or
renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity,
nor any of its parents, subsidiaries, or affiliates, is identified on the Department of the Treasury’s Chapter 25 list as a person
or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division’s website at
http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below
certification. Failure to complete the certification may render a bidder’s proposal non-responsive. If the Director finds a
person or entity to be in violation of the law, s/he shall take action as may be appropriate and provided by law, rule or
contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in
default and seeking debarment or suspension of the party.
PLEASE CHECK THE APPROPRIATE BOX:
I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder’s parents,
subsidiaries, or affiliates is listed on the N.J. Department of the Treasury’s list of entities determined to be engaged
in prohibited activities in Iran pursuant to P.L. 2012, c. 25 (“Chapter 25 List”). I further certify that I am the person
listed above, or I am an officer or representative of the entity listed above and am authorized to make this certification
on its behalf. I will skip Part 2 and sign and complete the Certification below.
OR
I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is
listed on the Department’s Chapter 25 List. I will provide a detailed, accurate and precise description of the activities
in Part 2 below, sign and complete the Certification below.
PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its
parents, subsidiaries or affiliates, engaging in the investment activities in Iran on additional sheets provided by you.
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any
attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this
certification on behalf of the above-referenced person or entity. I acknowledge that Florham Park on from the date of this
certification through the completion of any contracts with the Borough to notify the Borough in writing of any changes to the
answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement
or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law
and that it will also constitute a material breach of my agreement(s) with Florham Park Borough, New Jersey and that the
Borough at its option may declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print) ___________________________________ Signature: _______________________________________
Title _____________________________________________ Date: ____________________
REV 1/2021
33
BOROUGH OF FLORHAM PARK
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
ADDENDUM
NUMBER
DATE
ACKNOWLEDGE RECEIPT
(Initial)
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
______________
Acknowledged for:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
FORM NOT REQUIRED IF NO ADDENDA ISSUED
REV 1/2021
34
BOROUGH OF FLORHAM PARK
ClEANING BID
For
2024-2025
Contract# FP23-06
THIS CONTRACT made as of the_____ day of_____________ in the year 2023 by and
between the Borough of Florham and______________________________, with legal
address and principal place of business at ______________________________________,
hereinafter called the CONTRACTOR. The Borough and CONTRACTOR in consideration of the
mutual covenants hereinafter set forth, agree as follows:
WORK.
The Contractor shall perform the Work as specified or indicated in the Contract
Documents.
The Work under this Contract shall begin after the last party signs the Contract. The
execution of this Contract shall be contingent upon receipt of necessary local, state and
federal permit(s).
CONTRACT TIME.
The Contract Time shall run for two years. Upon expiration of the Contract Time or
upon termination of the Contract, the Contractor shall cease to clean the Borough's
facilities.
The Contractor agrees that the Work shall be prosecuted regularly, diligently and
uninterruptedly and at such rate of progress as determined by the Plant manager in
order to assure full
CONTRACT PRICE
The Borough will pay the Contractor for performance of the Work in accordance with the
Contract Documents in current funds at the Bid Unit Price agreed upon in the
Contractor's Bid attached to this Contract.
APPLICATIONS FOR PAYMENT
The Contractor shall submit monthly Applications for Payment. Applications for Payment
will be processed by the Borough as provided in the Contract Documents.
REV 1/2021
35
DAMAGES
The Contractor shall not be liable for damages or any excess cost when the delay in
completion of the Work is for reasons beyond the control of the Contractor. Delays
beyond the control of the Contractor shall include the, acts of neglect by utility
companies or other contractors at the site, fires, floods, epidemics, abnormal weather
conditions or acts of God.
Provided, further, that the Contractor shall, furnish the Borough written notification of
such delays promptly after the start of the event giving rise thereto.
ASSURANCE
The Contractor has familiarized its self with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions and Federal, State and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or
performance of the Work.
The Contractor agrees that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance of the
Work.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the Contract between the Borough and the
CONTRACTOR are attached hereto and made a part hereof.
MISCELLANEOUS
Neither Borough nor CONTRACTOR shall, without the prior written consent of the other,
assign OT sublet in whole or in part his/her interest under any of the Contract Documents;
and, specifically but without limitation, the CONTRACTOR shall not assign any monies due
or to become due without the prior written consent of the Borough. In case the
CONTRACTOR assigns all or any part of any monies due or to become due under this
Contract, the instrument of assignment shall contain a clause substantially to the effect that
it is agreed that the right of the assignee in and to any monies due or to become due to the
CONTRACTOR shall be subject to prior claims of all persons, firms and corporations for
services rendered or materials supplied for the performance of the Work called for in this
Contract.
The Borough and the CONTRACTOR each binds himself, his/her partners, successors,
assigns and legal representatives in respect to all covenants, agreements and obligations
contained in the Contract Documents.
The Contract Documents constitute the entire agreement between the Borough and the
CONTRACTOR and may only be altered, amended or repealed by a written modification.
CONFLICTING INFORMATION
In the event that any provision in any of the following component parts of this Contract
conflicts with any provision in any other of the following component parts, the provision in
the component part first enumerated below shall govern over any other component part
which follows it numerically, except as may be otherwise stated. Said components parts are
the following:
REV 1/2021
36
1. Contract
2. Addenda
3. Specifications
4. Invitation to Bid
5. Instruction to Bidders
6. Bid Form
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. Two
(2) copies have been delivered to the Borough and one copy each to the CONTRACTOR
All portions of the Contract Documents have been signed or identified by the Borough
and the CONTRACTOR.
TERMINATIONS AND/OR DEFAULT
Remedies for Default. In the event of a breach by either party of any obligation under
this Contract, the right to recover damages or to be reimbursed will ordinarily constitute
an adequate remedy. However, either party shall also have the right to seek injunctive
or other equitable relief against the other party.
Default Notice by the Borough. The Borough shall have given prior written notice to the
Contractor stating that in the Borough's opinion a particular default or defaults (to be
described in reasonable detail in such notice) exist (s) which will, unless corrected,
constitute a material breach of this Contract on the part of the Contractor and which will, in
the Borough's opinion, give it the right to terminate this Contract unless such default is
corrected within a reasonable period of time, but in no event more than seven (7) days.
Material Breach by the Contractor. A material breach shall be deemed to include but not be
limited to, the Contractor's failure (i) to provide transportation services; (ii) to make good
faith efforts to end an Emergency within thirty (30) days of its commencement; (iii) to
provide and continue to provide the required insurance coverage.
Force Majeure. A Force Majeure event for purposes of this Contract shall include an Act of
God, a natural disaster, acts of war, riots and/or a judicial injunction. Notwithstanding
anything contained in this Contract to the contrary, if a Force Majeure event occurs, the
Contractor shall not be deemed in default under this Contract to the extent that such
event was beyond the control of the Contractor. The Contractor shall notify the Borough
in writing that a Force Majeure event has occurred no later than three (3) days after the
date the Contractor knew or should have known of the occurrence of any Force Majeure
event.
Event of Default by the Borough. An Event of Default on the part of the Borough is the
failure on the part of the Borough to pay any amount required to be paid to the Contractor
under this Contract after written demand made no sooner than the forty-fifth (45th) day
after submission of the subject invoice and purchase order that unless such amount is
paid within fifteen (15) days after such demand, the default will constitute a breach, if
such amount is not so paid. If payment has not been made by the Borough to the
Contractor because of a legitimate dispute over the amount owed, and payment has been
made by the Borough of any undisputed amounts, failure to pay the remainder while the
dispute is pending shall not constitute a breach by the Borough.
Termination of Contract. The Borough shall have the right to terminate this Contract without
cause upon forty-five (45) days written notice to the Contractor. Provided, however, either
party shall have the right to terminate this Contract for cause in the event of default in
REV 1/2021
37
accordance with this article; however, the same shall be exercised only upon giving a written
fifteen (15) days' notice to the defaulting party. The Contractor may not discontinue hauling
of the liquid sludge until the termination notice contemplated by this article has been sent
and the fifteen (15) days have expired from the date of receipt of the notice of termination.
TEMPORARY SUSPENSIONS
The Borough shall have the right to suspend the services provided by the Contractor on a
temporary basis due to malfunction or temporary shut down by the Borough. The Contractor
will be given a ten (10) day notice of any planned temporary suspensions. The Contractor
will be notified by phone within 24 hours of any unplanned suspension.
INDEMNITY
The Contractor agrees to indemnify and defend the Borough and its agents, servants,
employees, and representatives, from any claim, liability, or loss with respect to property
damage and personal injury, including reasonable attorney's fees, resulting in whole or in
part from breach of this contract or from the acts or omissions of the Contractor, its
employees, agents, officers arising out of or relating to the work. This liability shall not be
limited in type or amount by any applicable Workmen's Compensation Law.
GOVERNING LAW
This Contract is governed by and is to be construed and enforced in accordance with the
laws of New Jersey as though made and to be fully performed in New Jersey (without regard
to the conflicts of law rules of New Jersey).
PARTIAL INVALIDITY
If any term, covenant or condition of this Contract or the application thereof to any person
or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this
Contract or the affiliation of such term, covenant or condition to persons or circumstances
other than those as to which it is held invalid or unenforceable, shall not be affected thereby
and each term, covenant or condition of this Contract shall be valid and be enforced to the
fullest extent permitted by law.
If any term or condition of this Contract or any application of this Contract shall be
determined to be contrary to the laws of the State of New Jersey or the United States, then
such term or condition or application shall not be deemed valid except to the extent
permitted by law, but all other terms and conditions or applications shall continue in fall
force and effect.
WAIVERS
Neither inspection by the Borough Utility nor any of its agents, nor any orders,
measurement, or certificate by the Borough or its agents, for the payment of money nor
payment for, not acceptance of, the whole nor any part of the work, nor any extension of
time, shall operate as a waiver of any provisions of this Contract.
RESPONSIBILITY OF THE BOROUGH
The Borough or its authorized agents or employees shall decide any and all questions which
may arise as to the quality and acceptability of the work furnished and/or performed,
interpretation of specifications, and all questions as to the acceptable fulfillment of the
Contract of the part of the Contractor.
REV 1/2021
38
NOTICES
All notices made pursuant to this Contract shall be in writing and delivered personally or
sent by facsimile or electronic mail, to the parties at the address set forth at the end of
this section.
Either party may change the address to which notices are to be sent to it, by giving
ten (10) days written notice of such change of address to the other party.
This Agreement shall become effective on ______________________, 2023.
OWNER
CONTRACTOR
Borough of Florham Park
By
By
__________________________
Mark Taylor, Mayor
(Corporate Seal)
(Corporate Seal)
Attest
Attest
Danielle Lewis, RMC
Borough Clerk
Address for giving notices
Address for giving notices
Michael Smith
Director of the Dept. of Public Works
111 Ridgedale Avenue
Florham Park, NJ 07932
Danielle Lewis, R.M.C.
Borough Clerk
111 Ridgedale Avenue
Florham Park, NJ 07932
Note: if Contractor is a corporation, an affidavit giving the principal the right to sign the
agreement must accompany the executed agreement.
REV 1/2021
39
REV 1/2021
40
REV 1/2021
41
REV 1/2021
42
--- Document: Notice-of-Intent-Sourcewell-Sewer-Jet-Truck ---
Notice of Intent to Award Contract under National Cooperative Purchasing
Agreement
The Borough of Florham Park located in Morris County, NJ intends to participate
in Sourcewell National Cooperative Contract # 101221-VAC to purchase a Sewer
Vacuum Debris Collector
Information regarding the contract may be found at the Borough’s website as well
as on the Sourcewell website at https://www.sourcewell-mn.gov/cooperative-
purchasing/101221-vac.
The Borough of Florham Park joined Sourcewell on September 6, 2018.
It is the intent of the Borough of Florham Park to make a contract award to Pierce
Eagle Equipment pursuant to the proposal submitted in response to Sourcewells
Request for Proposals.
The Borough of Florham Park is permitted to join national cooperative purchasing
agreements under the authority of N.J.S.A. 52:34-6.2 (b) (3).
Comment period ends May 28, 2023.
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
Evidence Detected
"...Successful bidder shall simultaneously with the delivery of the executed contract, submit
an executed bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract...."
liquidated damages
No Flags Found
Quick Actions
Visit Bid PortalFP 25-01-Notice to Bidders for Liquid SludgeFP 25-02 Notice to Bidders for Vehicle Storage BuildingFP 25-03 Notice to Bidders for Sidewalk ProjectFP 25-05 Notice to Bidders for Pump Control Valve - Well #4FP 25-06 Notice to Bidders for Chemical SupplyFP 25-06 Chemical Bid PackageFP 25-07 - Fernwood Road Resurfacing and Safety Improvement ProjectFP 25-08 Beacon Hill Waterspheroid Water Storage Tank RehabilitationFP 25-09 Mann Ave Sewer ReplacementFP 25-10 - Carrigan Lane SewerDocumentAddendum to Cleaning Bid-12-4-252026-RFP for Municipal Affordable Housing AdministratorNotice to Bidders-Chemicals.docx24-03Chemical Bid.pdfDocumentNOTICE TO BIDDERS - Sewer Storage BuildingFP23-01-Beechwood-Elmwood-Rehabilitation-ProjectFP-23-02-Sewer-Utility-GeneratorFP-23-03-Road-Sidewalk-Improvements-Dellwood-Woodbine-Puddingstone-RusticFP-23-04-Liquid-Sludge-Hauling-Bid-ResultsFP-23-05-Little-Red-Schoolhouse-Interior-RehabilitationFP-23-06-Cleaning-BidNotice-of-Intent-Sourcewell-Sewer-Jet-Truck
Contacts
Patrice Visco
Chief Financial Officer (CFO) & Tax Collector
hidden@email.com
Unlock(***) ***-****
Unlock(***) ***-****
UnlockExplore More
Timeline
First Discovered
Apr 1, 2026
Last Info Update
Apr 1, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial