Start your 7-day free trial — unlock full access instantly.
← Back to Search4 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
2019 Unofficial Bid Results
BID #: N/A
DUE: 9/27/2019
VALUE: TBD
85
Rating
Risk Rank
Yellow Risk
AI-Powered Lead Insights
Executive Summary
The Borough of Hillsdale is seeking bids for Supplemental Garbage Truck Rental services. The selected vendor will provide rear load packer garbage trucks with leaf chutes and operators for leaf transportation. The contract is for a one-year period, with the potential for two additional one-year extensions based on performance and budget approval. All proposals must be submitted to the Borough Clerk by the submission deadline.
Web Content
Home Departments > Request for Bids > 2019 Unofficial Bid Results > 2019 Unofficial Bid Results To view the results, click on the title Date of Bid Title 9-27-19 Supplemental Garbage Trucks 8-28-19 Supplemental Garbage Trucks - No Bids Received 6-27-19 West Lot Bid - No Bids received 6-27-19 Janitorial Services 5-30-19 Veterans Memorial Upgrade Program 5-30-19 Sidewalk Improvements Along Piermont Avenue 5-30-19 2019 Road Program 5-9-19 Police Accreditation Services 4-2-19 Disposal of Vegetative Waste 3-5-19 Stonybrook Concession Stand 2019,2020,2021 2-5-19 Single Axle Dump Truck 2-5-19 Stonybrook Swim Club Open/Close/Maintenance 2019-2020 2-5-19 Stonybrook Concession Stand 2019,2020,2021 (all bids rejected)
Document Text
--- Document: Supplemental Garbage Trucks ---
BOROUGH OF HILLSDALE
COUNTY OF BERGEN, NEW JERSEY
CONTRACT SPECIFICATIONS & BID DOCUMENTS
SPECIFICATIONS FOR:
SUPPLEMENTAL GARBAGE TRUCK RENTAL
SUBMISSION DEADLINE
11:00 A.M. prevailing time
Friday September 27, 2019
Borough Council Chambers
380 Hillsdale Avenue
Hillsdale, NJ 07642
All proposals must be clearly marked “Request for Bids:
“SUPPLEMENTAL GARBAGE TRUCK RENTAL”
ADDRESS ALL PROPOSALS TO
Borough of Hillsdale
ATTN: Denise Kohan, Borough Clerk
380 Hillsdale Avenue
Hillsdale, NJ 07642
(201) 666-4800 extension 1552
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 2 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
BIDDERS CHECKLIST
Required by
Borough of
Hillsdale
Item
Initial each entry, and
submit the required
form if the box contains
an
Legal Notice to Bidders – READ
Insurance Requirements – READ
Business Registration Certificate – SUBMIT
Mandatory Equal Employment Opportunity Language Exhibit A -
READ
Ownership Disclosure Certification Form - SIGN AND
NOTARIZE
Non-Collusion Affidavit Form - SIGN AND NOTARIZE
Acknowledgement of Principal – SIGN AND NOTARIZE
Americans with Disabilities Act of 1990 Language - READ
Disclosure of Investment Activities in Iran – COMPLETE
Affirmative Action Compliance Notice – COMPLETE
Bid Guarantee in the amount of 10% of total bid
or as specified in the Legal Notice to Bidders – COMPLETE
Consent of Surety – COMPLETE
Addenda Acknowledgement Form – SIGN
Technical Specifications – READ
Bidders Information Sheet – COMPLETE
Bid Proposal Form – COMPLETE, SIGN, AND SEAL
AFTER AWARD OF CONTRACT
Signed Agreement – SIGN & SEAL
Certificate of Insurance – SUBMIT WITH EXECUTED
CONTRACT
Performance Bond
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 3 of 40
NOTICE TO BIDDERS
BOROUGH OF HILLSDALE
COUNTY OF BERGEN
NOTICE IS HEREBY GIVEN that sealed Request for Bids submissions shall be
received by the Borough Clerk of the Borough of Hillsdale for SUPPLEMENTAL GARBAGE
TRUCK RENTAL. The Bid submissions will be publicly opened and read in the Council
Chambers in the Municipal Building at 380 Hillsdale Avenue, Hillsdale NJ 07642, County of
Bergen, on the Submission Deadline of Friday September 27, 2019 at 11:00 A.M. or as soon
thereafter, local prevailing time. All proposals must be clearly marked “Request for Bids:
SUPPLEMENTAL GARBAGE TRUCK RENTAL”
Sealed proposals are being solicited in accordance with the Local Public Bidding Law and
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C.
17:27-1 et seq. The Request for Bids documents may be obtained from the Borough Clerk's Office
during the hours of Monday to Friday from 8:00 a.m. to 4:00 p.m. The Governing Body reserves
its right to reject all submissions and/or award any or all contracts to a qualified vendor through
this public bid process in accordance with law.
By:
Denise Kohan
Borough Clerk
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 4 of 40
Instructions to Bidders and Statutory Requirements
I.
SUBMISSION OF BIDS
A. Sealed bids shall be received by the Borough of Hillsdale, hereinafter referred to as “owner,” in
accordance with public advertisement as required by law, with a copy of said Legal Notice being
attached hereto and made a part of these specifications.
B. Sealed bids will be received by the Borough Clerk as stated in the Legal Notice to Bidders, and at
such time and place will be publicly opened and read aloud.
C. The bid shall be submitted in a sealed envelope: (1) addressed to the owner, (2) bearing the name
and address of the bidder written on the face of the envelope, and (3) clearly marked "BID" with
the contract title and/or bid # being bid. The Borough requests that you submit all pages of the
response on a CD in addition to the printed copies. If a spreadsheet is requested it can be included
on the same CD in a separate file in excel format.
D. It is the bidder's responsibility that bids are presented to the owner at the time and at the place
designated. Bids may be hand delivered or mailed; however, the owner disclaims any responsibility
for bids forwarded by regular or overnight mail. If the bid is sent by express mail service, the
designation in sub-section C, above, must also appear on the outside of the express mail envelope.
Bids received after the designated time and date will be returned unopened.
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. All prices and amounts must be written in ink or preferably machine-printed. Bids containing any
conditions, omissions, unexplained erasures or alterations, items not called for in the bid proposal
form, attachment of additive information not required by the specifications, or irregularities of any
kind, may be rejected by the owner. Any changes, whiteouts, strikeouts, etc. in the bid must be
initialed in ink by the person signing the bid.
G. Each bid proposal form must be submitted upon the bid proposal form included in these documents
complete with the full business address, business phone, fax, e-mail if available, the contact person
of the bidder, and be signed by an authorized representative as follows:
•
Bids 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.
•
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.
H. Bidder should be aware of the following statutes that represent “Truth in Contracting” laws:
•
N.J.S.A. 2C:21-34, et seq. governs false claims and representations by bidders. It is a serious
crime for the bidder to knowingly submit a false claim and/or knowingly make material
misrepresentation.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 5 of 40
•
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.
II.
BID SECURITY AND BONDING REQUIREMENTS
The following provisions if indicated by an
on the submission checklist, shall be applicable
to this bid and be made a part of the bid documents:
A. BID GUARANTEE
Bid Guarantees are required only if directed by the Legal Notice found on page three. If no bid
requirement is stated, then no bid deposit is required. If stated otherwise, the 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 bid price not to exceed $20,000, or as stated on the legal notice, payable unconditionally to
the Borough of Hillsdale.
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
owner. The check or bond of the unsuccessful bidder(s) shall be returned pursuant to N.J.S.A.
40A:11-24a. 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 the bidder fails to enter into a contract
pursuant to N.J.S.A. 40A:11-21. Please refer to the legal notice for specific direction before
obtaining the bid bond. Bid Bonds that contain the following language: “shall pay the Obligee
the difference…” are unacceptable, the law is 10% of the bid amount not to exceed
$20,000.00. AIA Form A310 contains language that is unacceptable. It is recommended that
bidders utilize the Bid Bond Form provided in this package.
B. CONSENT OF SURETY
If required, Bidder shall submit with the bid a 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 owner stating that it will provide said bidder with a Performance Bond in the
full amount of the bid. This certificate shall be obtained in order to confirm that the bidder to whom
the contract is awarded will furnish Performance and Payment Bonds from an acceptable surety
company on behalf of said bidder, any or all subcontractors or by each respective subcontractor or
by any combination thereof which results in performance security equal to the total amount of the
contract, pursuant to N.J.S.A. 40A:11-22. Failure to submit consent of surety form shall result in
rejection of the bid.
C. PERFORMANCE BOND
If required, Bidder shall simultaneously with the delivery of the executed contract, submit an
executed performance bond in the amount of one hundred percent (100%) of the acceptable bid as
security for the faithful performance of this contract.
Failure to submit this with the executed contract shall be cause for declaring the contract null and
void pursuant to N.J.S.A. 40A:11-22.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 6 of 40
D. LABOR AND MATERIAL (PAYMENT) BOND
Bidder shall, with the delivery of the performance bond, submit an executed payment bond to
guarantee payment to laborers and suppliers for the labor and material used in the work performed
under the contract.
Failure to submit a labor and material bond with the performance bond shall be cause for declaring
the contract null and void.
E. MAINTENANCE BOND
Upon acceptance of the work by the owner, the contractor shall submit a maintenance bond
(N.J.S.A. 40A:11-16.3) in an amount not to exceed 100% of the project costs guaranteeing against
defective quality of work or materials for the period of two (2) years.
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. 17:3-5.
III.
INTERPRETATION, ADDENDA AND DISCREPANCIES
A. The bidder understands and agrees that its bid is submitted on the basis of the specifications
prepared by the owner. The bidder accepts the obligation to become familiar with these
specifications.
B. Bidders are expected to examine the specifications and related bid documents with care and observe
all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly
reported in writing to the appropriate official. 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 a contract pursuant to N.J.S.A. 40A:11-13. In the event the bidder fails to
notify the owner of such ambiguities, errors or omissions, the bidder shall be bound by the
requirements of the specifications and the bidder’s submitted bid.
C. No oral interpretation and or clarification of the meaning of the specifications for any goods and
services will be made to any bidder. Such request shall be in writing, addressed to the Borough
Administrator, or as otherwise stipulated in the specification. In order to be given consideration, a
written request must be received at least ten (10) business days (Saturday, Sunday and holidays
excluded), prior to the date fixed for the opening of the bid for goods and services.
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 in the bid. The owner’s interpretations or corrections thereof shall be final.
When issuing addenda, the owner shall provide required seven (7) days’ notice prior to the official
receipt of bids to any person who has submitted a bid or who has received a bid package pursuant
to N.J.S.A. 40A:11-23c.1.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 7 of 40
D. Discrepancies in Bids
1. If the amount shown in words and its equivalent in 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
prices shall prevail. In the event there is an error of the summation of the extended totals, the
computation by the owner of the extended totals shall govern.
E. Pre-Bid Conference
If so stated in the Legal Notice to Bidders, a pre-bid conference for this proposal will be held.
Attendance is not mandatory, but is strongly recommended. Failure to attend does not relieve the
bidder of any requirements.
IV.
BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE
A. Brand names and/or descriptions used in these specifications are intended to acquaint bidders with
the types of goods and services desired and will be used as a standard by which goods and services
offered as equivalent will be evaluated. The use of brand names is not intended to preclude bidders
from proposing equivalent goods or services.
B. Variations between the goods and services described and the goods and services offered are to be
fully identified and described by the bidder on a separate sheet and submitted with the bid proposal
form. Vendor 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 the goods and
services as described in the bid specification be provided or performed.
C. It is the responsibility of the bidder to document and/or demonstrate the equivalency of the goods
and services offered. The owner reserves the right to evaluate the equivalency of the goods and
services.
D. In submitting its bid, the bidder certifies that the goods and 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 owner 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.
F. 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.
V.
INSURANCE AND INDEMNIFICATION
The insurance documents shall include but are not limited to the following coverage:
Liability
1.1 The contractor shall take out and maintain during the life of this contract, at his own
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 8 of 40
expense, such public liability insurance for bodily injury and property damage, and municipality’s
and contractor's protective insurance and automobile insurance as shall protect himself, the
municipality and any subcontractor performing work covered by this contract, from claims for
personal injury, including wrongful death, as well as from claims for property damage which may
arise from operations under this contract, whether such operations be by himself or by a
subcontractor or by anyone directly or indirectly employed by either of them.
1.2
Indemnification - the contractor shall assume all risk of and responsibility for, and agrees to
indemnify, defend and save harmless the Borough of Hillsdale and its employees from and against
any and all claims, demands, suits, actions, recoveries, judgments and costs and expenses in
connection therewith on account of the loss of life, property, or injury or damage to the person,
body or property of any person or persons whatsoever, which shall arise from or result directly or
indirectly from the work and/or materials supplies under this contract. This indemnification
obligation is not limited by, but is in addition to, the insurance obligations contained in this
agreement.
1.3
Insurance -the successful bidder shall secure and maintain in force for the term of the contract,
liability insurance as provided herein. The successful bidder shall provide the Borough of Hillsdale
with current certificates of insurance for all coverages and renewals thereof which must contain the
provision that the insurance provided in the certificate shall not be canceled for any reason except
after thirty days written notice to the Borough of Hillsdale. The insurance to be provided shall be
as follows:
A. Commercial general liability insurance shall provide not less than $1,000,000 per occurrence /
$2,000,000 aggregate bodily injury and property damage, under simplified form of coverage.
B. Commercial automobile liability insurance shall provide coverage for claims arising from owned,
hired, or non-owned vehicles with a combined single limit of not less than $1,000,000 per
occurrence for bodily injury and property damage.
C. Worker's compensation insurance, pursuant to N.J.S.A. 34:15-1 et.seq. and N.J.A.C. 12:235-1.6
and employers liability insurance, should cover all employees of the general contractor.
Subcontractors should provide certificates of insurance to the general contractor. Employer’s
liability should be no less than $1,000,000 (one million dollars).
1.4
Endorsement - the contractor shall add the Borough of Hillsdale as a named insured upon all
insurance certificates.
1.5
Certificates of insurance attesting to the type of coverage and limits liability shall be required prior
to the execution of this contract by the Borough of Hillsdale. Such coverage shall be with an
insurance company authorized to do business in the State of New Jersey.
VI.
PRICING INFORMATION FOR PREPARATION OF BIDS
A. The owner is exempt from any local, state or federal sales, use or excise tax.
B. Estimated Quantities (Open-End Contracts): The owner 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.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 9 of 40
C. Contractor shall be responsible for obtaining any applicable permits or licenses from any
government entity that has jurisdiction to require the same. All bids submitted shall have included
this cost. Borough of Hillsdale fees shall be waived.
D. 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 owner.
As specified, placement may require inside deliveries. No additional charges will be allowed for
any transportation costs resulting from partial shipments made for the contractor's convenience.
VII.
STATUTORY AND OTHER REQUIREMENTS
The following are mandatory requirements of this bid and contract.
A. MANDATORY AFFIRMATIVE ACTION CERTIFICATION
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. The following information summarizes the
full, required regulatory text, which is included as Appendix A (Goods and Services) or Appendix
B (Construction Contracts) of this bid specification.
1. Goods and Services (including professional services) 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 photocopy of a valid letter that the contractor is operating under an existing Federally
approved or sanctioned affirmative action program (good for one year from the date of
the letter); or
ii.
A photocopy of a Certificate of Employee Information Report approval, issued in
accordance with N.J.A.C. 17:27-4; or
iii.
A photocopy of an Employee Information Report (Form AA 302) provided by the
Division and distributed to the public agency to be completed by the contractor in
accordance with N.J.A.C. 17:27-4.
2. Maintenance/Construction Contracts
After notification of award, but prior to signing the contract, the contractor shall submit to
the public agency compliance officer and the Division of Contract Compliance and Equal
Employment Opportunity in Public Contracts (Division) an initial project workforce report
(Form AA201) provided to the public agency by the Division for distribution to and
completion by the contractor, in accordance with N.J.A.C. 17:27-7.
The contractor shall also submit a copy of the Monthly Project Workforce Report (AA202)
once a month thereafter for the duration of the contract to the Division and to the public
agency compliance officer. The AA202 form is available at the following website:
http://liberty.state.nj.us/treasury/contract_compliance/pdf/aa202.pdf.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 10 of 40
The contractor shall also cooperate with the public agency in the payment of budgeted
funds, as is necessary, for on-the job and/or off-the-job programs for outreach and training
of minorities and women.
B. AMERICANS WITH DISABILITIES ACT OF 1990
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 as
Appendix B of 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 owner harmless.
C. STATEMENT OF CORPORATE OWNERSHIP
N.J.S.A. 52:25-24.2 provides that no corporation or partnership shall be awarded any contract for
the performance of any work or the furnishing of any goods and services, unless, prior to the receipt
of the bid or accompanying the bid of said corporation or partnership. Bidders shall submit 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. The included Statement of Ownership shall be
completed and attached to the bid proposal. This requirement applies to all forms of corporations
and partnerships, including, but not limited to, limited partnerships, limited liability corporations,
limited liability partnerships and Subchapter S corporations. Failure to submit a Statement of
Corporate Ownership document shall result in rejection of the bid.
D. PROOF OF BUSINESS REGISTRATION
N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that
knowingly provide goods or perform services for a contractor fulfilling this contract: 1) the
contractor shall provide written notice to its subcontractors to submit proof of business registration
to the contractor; 2) prior to receipt of final payment from a contracting agency, the contractor must
submit to the contracting agency an accurate list of all subcontractors or attest that none was used;
3) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall
notify all subcontractors and their affiliates that they must collect and remit to the Director, New
Jersey Division of Taxation, 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 into this State.
A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day of
violation, not to exceed $50,000 for each business registration not properly provided or maintained
under a contract with a contracting agency. Information on the law and its requirements is available
by calling (609) 292-9292.
N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that
knowingly provide goods or perform services for a contractor fulfilling this contract:
1) The contractor shall provide written notice to its subcontractors and suppliers to submit proof
of business registration to the contractor;
2) Prior to receipt of final payment from a contracting agency, a contractor must submit to the
contracting agency an accurate list of all subcontractors or attest that none was used;
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 11 of 40
3) During the term of this contract, the contractor and its affiliates shall collect and remit, and
shall notify all subcontractors and their affiliates that they must collect and remit to the
Director, New Jersey Division of Taxation, 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 into this
State.
4) A contractor, subcontractor or supplier who fails to provide proof of business registration or
provides false business registration information shall be liable to a penalty of $25 for each day
of violation, not to exceed $50,000 for each business registration not properly provided or
maintained under a contract with a contracting agency. Information on the law and its
requirements is available by calling (609) 292-9292.
E. NEW JERSEY WORKER AND COMMUNITY RIGHT TO KNOW ACT
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. 34:51 et seq., and N.J.A.C
5:89-5 et seq.,). Containers that the law and rules require to be labeled shall show the Chemical
Abstracts Service number of all the components and the chemical name. Further, all applicable
Material Safety Data Sheets (MSDS) - hazardous substance fact sheet - must be furnished.
F. NON-COLLUSION AFFIDAVIT
The Affidavit shall be properly executed and must be submitted with the bid proposal.
G. NEW JERSEY PREVAILING WAGE ACT
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 the 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/regperm/public_contracts_general.html.
H. IRAN CERTIFICATION
Bidders must also certify that they are not engaged in investment activities in Iran. (P.L. 2012, c.
25, N.J.S.A. 52:32-55 and N.J.S.A. 40A:11-2.1) This certification must be included in the bid
packet in order for it to be accepted by the Borough. False certifications carry a civil penalty of
$1,000,000 or twice the value of the contract awarded (N.J.S.A. 52:32-59).
I. THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT
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 (sample below) 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
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 12 of 40
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 statute [N.J.S.A. 34:11-56.26(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 with a full and accurately
completed
application
form.
The
form
is
available
online
at
http://lwd.dol.state.nj.us/labor/forms_pdfs/lsse/lsse-2.pdf. N.J.S.A. 34:11-56.55 specifically
prohibits accepting applications for registration as a substitute for a certificate of registration.
Certified Payroll records shall be submitted prior to the final payment being made.
J. DOCUMENT RETENTION
In accordance with NJAC 17:44-2.2, the vendor shall maintain all documentation related to
products, transactions or services under this contract for a period of a minimum of five (5) years
from the date of final payment. Such records shall be made available to the New Jersey Office of
the State Comptroller upon request.
VIII. AWARD OF CONTRACT
A. Pursuant to requirements of N.J.A.C. 5:30-5.1 et seq., any contract resulting from this bid shall be
subject to the availability and appropriation of sufficient funds. Please see Section X, Termination
of Contract, Sub-section E, for additional information.
B. If the award is to be made on the basis of a total bid only, it shall be made to the responsible
responsive bidder submitting the lowest base bid. In case of a tie the bid shall be awarded based
on Borough experience and/or proximity to Borough.
C. If the award is to be made on the basis of a combination of a base bid with selected options (based
on the availability of funds); it shall be made to the lowest responsible responsive bidder. In case
of a tie bid, the closest in proximity shall be awarded, if necessary historical experience will be the
final factor.
D. The owner may also elect to award the contract on the basis of lowest unit prices or total categories.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 13 of 40
E. The form of contract shall be submitted by the owner to the successful bidder. Terms of the
specifications/bid package prevail. Bidder exceptions must be formally accepted by the owner.
F. Executed contract shall be returned within ten (10) days to the Borough Clerk along with Certificate
of Insurance and Performance Bond in the amounts required by these specifications.
G. 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.
IX.
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. The bidder is determined to possess, pursuant to N.J.S.A. 40A:11-4b, Prior Negative Experience;
or,
F. 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 owner may
accept the bid of the next lowest responsible bidder. (N.J.S.A. 40A:11-24b)
X.
TERMINATION OF CONTRACT
A. If, through any cause, the contractor shall fail to fulfill in a timely and proper manner obligations
under the contract or if the contractor shall violate any of the requirements of the contract, the owner
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
owner of any obligation for balances to the contractor of any sum or sums set forth in the contract.
Owner will pay only for goods and services accepted prior to termination.
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.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 14 of 40
D. In case of default by the contractor, the owner may procure the goods or 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 owner reserves the
right to cancel the contract.
F. ACQUISITION, MERGER, 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
parties will be required to submit all documentation/legal instruments that were required in the
original bid/contract. Any change shall be approved by the Owner.
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 owner.
H. The owner may terminate the contract for convenience by providing 60 calendar days advanced
notice to the contractor.
XI.
PAYMENT
A. PROMPT PAYMENT OF CONSTRUCTION CONTRACTS
Prime Contractor shall be paid according to the guidelines set forth in NJSA 2A:30A-1 et seq.
provided:
1.
The contractor has performed in accordance with the contract; and
2.
The work has been approved and certified by the Borough’s “Designated Project Manager”,
hereafter referred to as “DPM”, who shall be named in the technical specifications herein, and
3.
That a written statement identifying any discrepancies in the work has not been sent by the
Borough to the contractor explaining any amount withheld and the reason for withholding
payment.
4.
If any or all of the work associated with this bill is disputed, the portion of work which is not
being questioned shall be paid in accordance with NJSA 2A:30A-1 et seq. A written
explanation of any discrepancies shall be sent to the contractor no more than twenty days from
the billing date.
If the foregoing conditions have been met, the Borough shall pay the bill not more than thirty (30)
calendar days after the billing date, or after the next Council Meeting date, whichever is less.
B. REQUEST FOR PAYMENT NOTIFICATION
When mailing or hand-delivering a Request for Payment, envelopes shall be clearly marked
“Request for Payment” and sent directly to the Borough’s DPM. If an outside Consultant or
Engineer has been contracted by the Borough for Construction Observation or Work Inspection,
the contractor shall also submit a copy of the request for payment to the Consultant.
C. FINAL PAYMENT AND CLAIMS
After the final acceptance of work by the Borough and/or Borough Professional(s), the balance of
monies due will be paid up to 100% of the total work completed.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 15 of 40
XII.
ELECTION LAW ENFORCEMENT COMMISSION (E.L.E.C.) NOTICE
Regarding “Pay-to-Play” disclosure of contributions by business entities
Summary “pay-to-play” prohibition on business entity contributions (N.J.S.A. 19:44a-20.3 through
20.25): contributions by business entities that have or are seeking New Jersey government
contracts, the “Pay-To-Play” disclosure law requires that prior to entering a contract with a
governmental entity of more than $17,500 that is not publicly advertised, a business entity must
disclose to that governmental entity certain contributions made during the past year. Further, a
business entity that has received $50,000 or more through government contracts in a calendar year
must file an annual disclosure statement electronically with the commission to report contract
information and reportable contributions it has made. The due Date for the first annual disclosure
report for calendar year 2006 is September 28, 2007. For each subsequent calendar year, the
proposed due date is March 30th. The business entity annual statement form and instructions can
be found at the following web address: https://wwwnet1.state.nj.us/lpd/elec/ptp/form.aspx
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 16 of 40
AS A PROFESSIONAL COURTESY
PLEASE PLACE HERE
A PHOTOCOPY OF
NEW JERSEY
BUSINESS REGISTRATION
CERTIFICATE
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 17 of 40
(REVISED 4/10)
EXHIBIT A
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) & N.J.A.C. 17:27
GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant
for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or
sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to
affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal
employment opportunity is afforded to such applicants in recruitment and employment, and that employees
are treated during employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
Such equal employment opportunity shall include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees
to post in conspicuous places, available to employees and applicants for employment, notices to be provided
by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees
placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional
or sexual orientation, gender identity or expression, disability, nationality or sex.
The contractor or subcontractor will send to each labor union, with which it has a collective bargaining
agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the
contractor's commitments under this chapter and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by
the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the
Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to meet
targeted county employment goals established in accordance with N.J.A.C. l7:27-5.2.
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
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 18 of 40
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
www.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.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 19 of 40
STATEMENT OF OWNERSHIP DISCLOSURE
N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43)
This statement shall be completed, certified to, and included with all bid and proposal submissions.
Failure to submit the required information is cause for automatic rejection of the bid or proposal.
Name of Organization:________________________________________________________
Organization Address:________________________________________________________
Part I Check the box that represents the type of business organization:
Sole Proprietorship (skip Parts II and III, execute certification in Part IV)
Non-Profit Corporation (skip Parts II and III, execute certification in Part IV)
For-Profit Corporation (any type) Limited Liability Company (LLC)
PartnershipLimited Partnership
Limited Liability Partnership (LLP)
Other (be specific): ______________________________________________
Part II
The list below contains the names and addresses of all stockholders in the corporation who own 10 percent
or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or
greater interest therein, or of all members in the limited liability company who own a 10 percent or greater
interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION)
OR
No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual
partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability
company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV)
(Please attach additional sheets if more space is needed):
Name of Individual or Business Entity
Home Address (for Individuals) or Business Address
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 20 of 40
Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE
STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II
If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds
a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual
federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership
disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the
federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address
of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along
with the relevant page numbers of the filing(s) that contain the information on each such person.
Attach additional sheets if more space is needed.
Website (URL) containing the last annual SEC (or foreign equivalent) filing
Page #’s
Please list the names and addresses of each stockholder, partner or member owning a 10 percent or
greater interest in any corresponding corporation, partnership and/or limited liability company (LLC)
listed in Part II other than for any publicly traded parent entities referenced above. The disclosure
shall be continued until names and addresses of every noncorporate stockholder, and individual
partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A.
52:25-24.2 has been listed. Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Part IV Certification
I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the
best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf
of the bidder/proposer; that the Borough of Hillsdale is relying on the information contained herein and that I am under
a continuing obligation from the date of this certification through the completion of any contracts with the Borough of
Hillsdale to notify the Borough in writing of any changes to the information contained herein; that I am aware that it is a
criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal
prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the Borough
of Hillsdale to declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Title:
Signature:
Date:
IMPORTANT: THIS FORM MUST BE SUBMITTED BY THE BIDDER
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 21 of 40
NON-COLLUSION AFFIDAVIT
STATE OF_______________________ )
) SS:
COUNTY OF _____________________ )
I, ________________________________ residing in ______________________________
(name of affiant) (name of municipality)
in the County of __________________________ and State of _____________________of
full age, being duly sworn according to law on my oath depose and say that:
I am _________________________________ of the firm of _________________________
(title or position)
(name of firm)
_____________________________________ the bidder making this Proposal for the bid
entitled ______________________________, and that I executed the said proposal with
(title of bid proposal)
full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any
collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named
project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full
knowledge that the Borough of Hillsdale 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
___________________________________.
_____________________________
Signature
_____________________________
Type or Print name
Subscribed and sworn to
before me this _____ day of
________________, 2____
_____________________________
Notary Public
My Commission Expires _________
(Notary Seal)
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 22 of 40
ACKNOWLEDGEMENT OF PRINCIPAL
STATE OF_______________________ )
) SS:
COUNTY OF _____________________ )
IF A CORPORATION
BE IT REMEMBERED, that on this ________ day of _________________ in the year _____________ ,
AND before me, the subscriber, a Notary Public of the State of ___________________ personally appeared
who, being by me duty sworn on h____ oath, doth depose and make proof to my satisfaction the he is the
Secretary or Assistant Secretary of __________________________________, the Corporation named in
the within Instrument; that ______________________________________ is the President of said
Corporation; that the execution, as well as the making of this Instrument has been duly authorized by a
proper resolution of the Board of Directors of said Corporation; that deponent well knows the corporation
seal of said Corporation; and the seal affixed to said Instrument is such Corporation seal and was thereto
affixed and said Instrument signed and delivered by said President, as and for h voluntary act and deed and
as and for the voluntary act and deed of said Corporation; in presence of deponent, who thereupon
subscribed h_____ name thereto as witness.
Signature of Secretary or
Signature of Assistant Secretary
IF A PARTNERSHIP
Sworn to and subscribed before me, a Notary Public in the State of
.
On this_________________________ day of _______________________, 20___, before me personally
came __________________________________________ and known to me to be one of the members of
the firm of __________________________________________ described in and who executed the
foregoing instrument, and he acknowledged to me that he executed the same as for the act and deed of said
firm.
Signature
IF AN INDIVIDUAL
Sworn to and subscribed before me, a Notary Public in the State of
.
On this ________________ day of _______________________, 20______ before me personally came
___________________________ known to me to be the person described in and who executed the
foregoing instrument, and acknowledged that he executed the same, as for his voluntary act and deed.
Signature
Subscribed and sworn to
before me this _____ day of ________________, 20____
_____________________________
Notary Public
My Commission Expires _________
(Notary Seal)
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 23 of 40
AMERICANS WITH DISABILITIES ACT OF 1990
Equal Opportunity for Individuals with Disability
The contractor and the Borough of Hillsdale, (hereafter “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.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 24 of 40
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
PART 1: CERTIFICATION
BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX.
FAILURE TO CHECK ON OF THE BOXES WILL RENDER THE PROPOSAL NON-RESPONSIVE.
Pursuant to Public Law 2012, c. 25 (N.J.S.A. 52-32:55 et seq.), any person or entity (bidder) that submits a bid or
proposal of 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 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 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 will
render a bidder’s proposal non-responsive. If the contracting unit determines that a bidder submits a false certification,
the contracting until shall report the name of the bidder to the New Jersey Attorney General, whom shall determine
whether to bring a civil action against the person or entity to collect the penalty described in section 5 of P.L. 2012, c.
2012 (N.J.S.A. 52:32-59.)
PLEASE CHECK NEXT TO APPROPRIATE STATEMENT:
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 New Jersey Department of 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.
I am unable to certify as indicated above the bidder and/or one or more of its parents, subsidiaries, or
affiliates is listed on the New Jersey Department Treasury’s Chapter 25 list. I will provide a detailed,
accurate and precise description of the activities in Part 2 below and sign and complete the
Certification below. Failure to provide such will result in the proposal being rendered as non-
responsive and appropriate penalties, fines and/or sanctions will be assess as provided by law.
_____________________________________________________________________________________________
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 and/or affiliates, engaging in investment activities in N.J.S.A. 52:32-56(f) by
completing the boxes below.
Relationship to Bidder:
Description of Activities:
Duration of Engagement:
Anticipated Cessation Date:
Bidder/Offeror Contact Name:
Contract Phone Number:
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 25 of 40
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN (continued)
ADDITIONAL ACTIVITIES/CONTINUATION SHEETS (Select this if you are including additional
activities): If there are additional activities that require disclosure, please provide the description as
attachments to the form, following the same format under Part 2. Please number each attachment and affix
to this form.
Number of Attachments: _____________________
_____________________________________________________________________________________________
PART 3: 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
below-referenced
person
or
entity.
I
acknowledge
that
_______________________________________________________ (fill in the name of the contracting unit) is
relying on the information herein and thereby acknowledge that I am under a continuing obligation from the date of
this certification through the completion of the contract to notify the contracting unit 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 the local contracting unit and
that the local contracting unit, at its option, may declare any existing contract(s) resulting from this certification void
and unenforceable.
Full Name (Print):
Signature:
Title:
Date:
Bidder/Vendor:
Bidder/Vendor Phone Number and/or Contact Information:
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 26 of 40
BID BOND FORM
(If used, must accompany proposal)
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, _____________________________________________________________ as Principal,
and _______________________________________________________________________ as Surety, are hereby
held
and
firmly
bound
unto
the
BOROUGH
OF
HILLSDALE
in
the
penal
sum
of
______________________________ for the payment of which, well and truly to be made, we hereby jointly and
severally bind ourselves, our heirs, executors, administrators, successors and assigns.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That, WHEREAS, the Principal has submitted to
the BOROUGH OF HILLSDALE a certain Bid attached hereto and hereby made a part hereof, to enter into a contract
in writing for the supplying and furnishing of
_________________________________________________________________.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or, in the alternate
(b) If said Bid shall be accepted and the principal shall execute and deliver a contract properly completed in accordance
with said Bid and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
THEN, this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood
and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount
of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in
no way impaired or affected by any extension of the time within which the Obligee may accept such bid; and said
Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as
are corporations have caused their CORPORATE SEALS to be hereto AFFIXED and these presents to be signed by
their proper officers, this ________ day of _____________________, 20______.
_________________________________
By:
Principal/Company
Title:
By:
Attorney-in-Fact
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 27 of 40
CONSENT OF SURETY
(Form for use by Bond Company)
A performance bond will be required from the successful contractor on this project, and
consequently, all bidders shall submit, with their bid, a consent of surety in substantially the
following form:
To:
_________________________________________________
(Owner)
Re: ________________________________________________
(Contractor)
______________________________________________________________________
(Project Description)
This is to certify that the ____________________________________________________
(Surety Company)
will provide to _________________________________________ a performance bond in
(Owner)
the full amount of awarded contract in the event that said contractor is awarded a contract for the
above project.
__________________________________________________________
(CONTRACTOR)
___________________________________________________________
(Authorized Agent of Surety Company)
Date:________________________
CONSENT OF SURETY MUST BE SIGNED BY AN AUTHORIZED AGENT
OR REPRESENTATIVE OF A SURETY COMPANY AND NOT BY THE
INDIVIDUAL OR COMPANY REPRESENTATIVE SUBMITTING THE BID.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 28 of 40
AFFIRMATIVE ACTION COMPLIANCE NOTICE
N.J.S.A. 10:5-31 and N.J.A.C. 17:27
GOODS AND SERVICES CONTRACTS
(INCLUDING PROFESSIONAL SERVICES)
This form is a summary of the successful bidder’s requirement to comply with the requirements of
N.J.S.A. 10:5-31 and N.J.A.C. 17:27-1 et seq.
The successful bidder shall submit to the public agency, after notification of award but prior to execution
of this contract, one of the following three documents as forms of evidence:
(a) A photocopy of a valid letter that the contractor is operating under an existing
Federally approved or sanctioned affirmative action program (good for one year
from the date of the letter);
OR
(b) A photocopy of a Certificate of Employee Information Report approval,
issued in accordance with N.J.A.C. 17:27-4;
OR
(c) A photocopy of an Employee Information Report (Form AA302) provided by
the Division and distributed to the public agency to be completed by the contractor
in accordance with N.J.A.C. 17:27-4.
The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) from
the contracting unit during normal business hours.
The successful vendor(s) must submit the copies of the AA302 Report to the Division of Contract
Compliance and Equal Employment Opportunity in Public Contracts (Division). The Public Agency
copy is submitted to the public agency, and the vendor copy is retained by the vendor.
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. 17:27.1 et seq. 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. 17:27-1 et seq.
COMPANY: ____________________________
SIGNATURE: ____________________________
PRINT NAME:_____________________________ TITLE: _______________________________
DATE: __________________
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 29 of 40
BOROUGH OF HILLSDALE
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number
Dated
Acknowledge Receipt
(Bidder Initial)
No addenda were received.
Acknowledged for:
(Name of Bidder/Company)
By:
(Signature of Authorized Representative)
Name:
(Print or Type)
Title:
Date:
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 30 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
TECHNICAL SPECIFICATIONS
The Vendor shall provide the services listed herein to the Borough of Hillsdale.
1.0 GENERAL REQUIREMENTS
The Vendor shall provide a rear load packer garbage truck(s) with and a leaf chute and an operator(s) to
transport leaves for the Borough of Hillsdale in first class operating condition.
The purpose of this request for proposal is to establish a term contract for fall supplemental garbage truck
rental.
The successful bidder will perform all of its obligations hereunder in accordance with any and all requirements
of the constituted public authorities and with all federal, state, or local laws and ordinances, and the applicable
bureaus, offices, commissions and other agencies, now or hereafter in effect.
It is the intention of these specifications by the Borough of Hillsdale to solicit proposals from qualified
individuals and firms to provide fall Supplemental Garbage Truck(s) Rental with an Operator(s). Bids will
be evaluated in accordance with the criteria set forth in this Bid Request. One or more individuals/firms
may be selected to provide services.
The Borough Public works will load the garbage truck(s) with a loader.
No minimums or guarantees are made or implied in regards to the total value of this open-ended contract.
2.0
PERIOD OF CONTRACT
As provided by the Local Public Contract Law NJSA 40A:11-15, this is a one (1) year contract which may
be extended for up to two (2) additional one (1) year option if performance is satisfactory and funds are
appropriated in the annual budget. Continuation of the terms of the contract beyond the fiscal year is
contingent on the availability of funds in the following year’s budget. The Borough reserves the exclusive
option of renewing the contract for up to two (2) options for a one (1) year extension option based upon the
same terms and conditions as specified in the bid proposal.
The successful Vendor will be required to hold prices awarded for the life of the contract.
The term of this contract shall be for one year beginning October 31, 2019 through December 13, 2019.
The dates are approximate and may be modified based upon the needs of the Borough of Hillsdale.
3.0
EQUIPMENT
Contractors shall submit bids on the attached proposal forms for a rear load packer garbage truck(s) with
and a leaf chute and an operator(s) to transport leaves for the Borough of Hillsdale in first class operating
condition. Leaves are collected curbside throughout the borough and or at the Public Works facility. The
hourly rate includes the cost of labor, driver(s)-operator(s), leave chute(s), materials, equipment,
transportation, fuel, oil, repairs, safety lights, maintenance, insurance and all else necessary therefore and
incidental thereto. The driver will operate the packer on the garbage truck(s) while the Borough loads the
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 31 of 40
leaves in the truck. Garbage Truck shall have valid registration, valid insurance, valid diesel emission
inspection and valid annual US DOT inspection. Minimum Garbage Truck capacity shall be twenty five
(25) cubic yards.
All equipment shall be subject to inspection by the Superintendent of the Department of Public Works,
and/or his representative, and if, in his judgment, the equipment is not in operating condition at any time,
the contractor shall make necessary repairs forthwith or substitute acceptable equipment as directed. The
Borough reserves it right to inspect the Garbage Truck(s) prior to awarding the contact and any time during
the contract.
4.0 LOCATION AND MAINTENANCE OF EQUIPMENT
The contractor shall give priority to this commitment to the Borough of Hillsdale, notwithstanding any
other contracts, public or private. The contractor shall agree to have the required Garbage Truck(s) available
and in first class operating condition at all times in order to be prepared to begin leaf removal operations
forthwith upon notification as provided below. The contractor shall either maintain his own repair shop
facilities with a capable mechanic in charge within the area above described or shall have such facilities
available to him on an emergency basis so that if an equipment breakdown occurs at any time, the equipment
can be repaired and placed back in service with minimum delay.
Borough will direct the contractor where to dispose of the leaves. Currently the location is in Demarest, NJ,
this location can change at the Borough’s discretion. The Borough will pay disposal costs directly, disposal
costs are not part of this bid.
5.0 OPERATING TIME AND RATES
Rates for operating time for Garbage Truck Rental shall include all operators, all operating expenses of the
equipment, Workmen’s Compensation and Employer’s Liability Insurance, Unemployment Compensation
and Social Security on all workers.
The Borough and the Contractor shall maintain complete records of time of operation and areas covered
from time of punching in on the time clock at the DPW Garage and punching out on the time clock after
the Contractor is released by the Superintendent of Public Works or his or her designee for each day. The
Contractor shall also punch in and out during the unpaid lunch break. The Contractor must punch their
time card to be paid. NO EXCEPTIONS.
Holidays with no leaf collection, Veterans Day, Thanksgiving and the Friday after Thanksgiving, contractor
will not be paid for the holidays. All dates are approximate and the Season can be shorter or longer based
upon need and/or weather.
Normal work hours Monday to Friday from 7 am until 3:10 pm minus a one (1) hour unpaid lunch, 7.17
hours per day. Contractor to only be paid when on site, contractor to complete time sheet daily for payment.
Travel time will not be paid. Additional hours and or days not within the hours above shall be paid based
upon the same hourly rate as per the bid. Minimum call out time two (2) hours.
No time shall be allowed for Garbage Truck which become disabled and are unable to continue leaf
removal, nor for time consumed in repair work in excess of fifteen (15) minutes. Minimum call out time
of two (2) hours will not apply due to mechanical failure(s).
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 32 of 40
The lowest responsible bid will be based upon the lowest cost per cubic yard per hour. It will be determined
by taking the hourly rate per Garbage Truck with an Operator, divided by the number of cubic yards per
garbage truck.
The proposal sheets constitute an approximate quantity for each item for bidder’s information only, and no
warranty is given or implied as to the item or total quantity that will be purchased.
6.0 SUPERVISION
The contractor shall furnish a competent individual to act as supervisor and contact and work in cooperation
with the Superintendent of Public Works. Borough reserves right to install GPS tracking in vehicle for
monitoring purposes.
7.0 MEAL PERIODS
Unpaid lunch break will be allowed to be taken for one (1) hour one (1) time per day.
8.0 SIGN IN/SIGN OUT
A. All contract removal operators upon arrival at the Hillsdale Department of Public Works (DPW Garage),
371 Washington Avenue, Hillsdale, NJ, shall sign in prior to beginning the assigned area. Sign in sheets
are located in the office of the Superintendent of Public Works in the DPW garage.
B. Upon completion of assigned areas, contract operators are required to sign out. No contract operator
will be released from duty without authority from the Superintendent of Public Works.
9.0 COMMUNICATIONS
The contractor will provide the driver a cellular phone for communicating with the Superintendent of Public
Works and all other Public Works personnel. In order for the Superintendent of Public Works to have
control over the leaf removal effort, it is mandatory that the contractor and all his operators be able to
communicate and respond by cellular phones.
10.0
SUBCONTRACTING
No portion of the work called for in this contract shall be subcontracted to a third party without the prior
written consent of the Borough of Hillsdale after a contract is awarded. In such case, the contractor shall
bind the subcontractor to all of the other terms of this contract, specifically including those regarding
equipment, insurance, licensing and performance and submit a letter with the name and address of all third-
party contractors prior to any work commences.
11.0
PAYMENT
Contractor shall submit a complete itemized invoice account of the operating time for each operator, by
dates, on Borough voucher forms as provided by law. Payment vouchers, not accompanied by the Public
Works operating sign in sheets will be deemed incomplete.
12.0
EXTENSION OF CONTRACT
The Mayor and Council at its sole discretion, in accordance with NJSA 40A 11-1 et seq., the Mayor and
Council may, by adoption of resolution, extend the contract for two (2) one (1) year period(s) if they
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 33 of 40
determine; that the contract service is being performed in an effective and efficient manner and if any price
change included as part of an extension shall be based upon the price of the original contract as cumulatively
adjusted pursuant to any previous adjustment or extension and shall not exceed the change in the index rate
for the twelve (12) months preceding the most recent quarterly calculation available at the time the contract
is renewed and the terms and conditions of the contract remain substantially similar.
Index rate is defined as the rate of annual percentage increase, rounded to the nearest half-percent, in the
Implicit Price Deflator for State and Local Government Purchase of Goods and Services, computed and
published quarterly by the United States Department of Commerce, Bureau of Economic Analysis.
13.0
SUBMITTALS
All submissions must be received by 11:00 A.M. prevailing time, Friday September 27, 2019 and
delivered to:
Municipal Clerk
Borough of Hillsdale
380 Hillsdale Avenue
Hillsdale, New Jersey 07642
If the submission is late, the proposal will be rejected. There will be no exceptions. Responders submitting
proposals shall be responsible for all cost of preparing such proposals.
Responders to this solicitation shall closely examine the specific requirements noted herein and shall
be submitted with one (1) complete ORIGINAL proposal, clearly marked as the “ORIGINAL”
proposal, two (2) full, complete, and exact COPIES of the original proposal package.
Provide one (1) electronic copy of the complete proposal.
To ensure acceptance of the proposal, “SUPPLEMENTAL GARBAGE TRUCK RENTAL” should
be clearly shown on the front of the return envelope. Facsimile transmittals or offers communicated by
telephone will NOT be accepted or considered.
14.0
METHOD OF AWARD
This contract shall be awarded to the lowest responsive and responsible bidder in the best interests of the
Borough. It shall be the sole responsibility of the Borough to evaluate all proposals. The Borough, at its’
sole discretion, shall maintain the option to award to multiple vendors.
END OF TECHNICAL SPECIFICATIONS
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 34 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
PROPOSAL FORM
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and Scope of Services
attached, that he/she has determined the conditions affecting the proposal and agrees, if this proposal is
accepted, to furnish and deliver the services per Schedule of Values for this contract.
BASE BID open ended
The open-ended contract price will be based on the total cost for time on site.
October 31, 2019 to December 13, 2019. The dates are approximate and may be modified based upon
the needs of the Borough of Hillsdale.
Garbage Truck #1
Rate: $
per hour/ per Garbage Truck with an Operator
Rate: (in words) ____________________________________________ dollars per hour /per
Garbage Truck with and Operator
_______________ Cubic Yard Capacity (minimum 25 cubic yards)
_______________ Cubic Yard Capacity in words (minimum 25 cubic yards)
Cost per cubic yard per hour
$_________Rate per hour/ per Garbage Truck with an Operator divided by _________ number of
cubic yards equals $ ________ hourly cost per cubic yard.
Example:
$ 80.00 Rate per hour/ per Garbage Truck with an Operator divided by 25 number of cubic yards
equals $ 3.20 hourly cost per cubic yard.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 35 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
PROPOSAL FORM (continued)
Garbage Truck #2
Rate: $
per hour/ per Garbage Truck with an Operator
Rate: (in words) ____________________________________________ dollars per hour /per
Garbage Truck with and Operator
_______________ Cubic Yard Capacity (minimum 25 cubic yards)
_______________ Cubic Yard Capacity in words (minimum 25 cubic yards)
Cost per cubic yard per hour
$_________Rate per hour/ per Garbage Truck with an Operator divided by _________ number of
cubic yards equals $ ________ hourly cost per cubic yard.
Example:
$ 80.00 Rate per hour/ per Garbage Truck with an Operator divided by 25 number of cubic yards
equals $ 3.20 hourly cost per cubic yard.
List of specific Garbage Trucks with an Operator:
Make
Model
Year
Vin. #
Cubic Yard Capacity (Minimum 25
Cubic Yards)
1
2
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 36 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
PROPOSAL FORM (continued)
ALTERNATE BID #1 Open ended
The open-ended contract price will be based on the total cost for time on site.
ADDITIONAL GARBAGE TRUCK(S) IF REQUESTED BY BOROUGH
October 31, 2019 to December 13, 2019. The dates are approximate and may be modified based upon
the needs of the Borough of Hillsdale.
Alternate Garbage Truck #1
Rate: $
per hour/ per Garbage Truck with an Operator
Rate: (in words) ____________________________________________ dollars per hour /per
Garbage Truck with and Operator
_______________ Cubic Yard Capacity (minimum 25 cubic yards)
_______________ Cubic Yard Capacity in words (minimum 25 cubic yards)
Cost per cubic yard per hour
$_________Rate per hour/ per Garbage Truck with an Operator divided by _________ number of
cubic yards equals $ ________ hourly cost per cubic yard.
Example:
$ 80.00 Rate per hour/ per Garbage Truck with an Operator divided by 25 number of cubic yards
equals $ 3.20 hourly cost per cubic yard.
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 37 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
PROPOSAL FORM (continued)
Alternate Garbage Truck #2
Rate: $
per hour/ per Garbage Truck with an Operator
Rate: (in words) ____________________________________________ dollars per hour /per
Garbage Truck with and Operator
_______________ Cubic Yard Capacity (minimum 25 cubic yards)
_______________ Cubic Yard Capacity in words (minimum 25 cubic yards)
Cost per cubic yard per hour
$_________Rate per hour/ per Garbage Truck with an Operator divided by _________ number of
cubic yards equals $ ________ hourly cost per cubic yard.
Example:
$ 80.00 Rate per hour/ per Garbage Truck with an Operator divided by 25 number of cubic yards
equals $ 3.20 hourly cost per cubic yard.
List of specific Garbage Trucks with an Operator for the Alternate Bid:
Make
Model
Year
Vin. #
Cubic Yard Capacity (Minimum 25
Cubic Yards)
1
2
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 38 of 40
BOROUGH OF HILLSDALE
SUPPLEMENTAL GARBAGE TRUCK RENTAL
BIDDERS INFORMATION SHEET
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and Scope of
Services attached, that he/she has determined the conditions affecting the bid and agrees, if this
bid is accepted, to furnish and deliver services per the following:
Please fill in the following information and submit with your proposal:
COMPANY NAME:
ADDRESS:
PHONE NUMBER:
FAX NUMBER:
FEDERAL I.D. NUMBER:
NAME OF PERSON PREPARING BID:
CONTACT PERSON FOR CORRESPONDENCE REGARDING THE PROPOSAL
NAME:
TITLE:
ADDRESS:
PHONE:
FAX NUMBER:
E-MAIL ADDRESS:
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 39 of 40
PROJECT COORDINATOR
COMPANY NAME:
ADDRESS:
PHONE NUMBER:
CELL PHONE NUMBER:
FAX NUMBER:
CONTACT NAME: ____________________________________________________________________
TITLE:
EMAIL ADDRESS:
The undersigned declares that he/she has read the Notice, Instructions, Affidavits and Scope of Services
attached, that he/she has determined the conditions affecting the proposal and agrees, if this proposal is
accepted, to furnish and deliver the services per Schedule of Values for this contract.
Name of Bidder:
____________________________________________________________
Signature of Bidder: ___________________________________________________________
Title:
___________________________________________________________
Print Name:
___________________________________________________________
Date:
___________________________________________________________
Sworn and subscribed before me
on this ____________ day of ____________, 20____
____________________________________
Notary Public
State of New Jersey
My commission expires:
BID: SUPPLEMENTAL GARBAGE TRUCK RENTAL
Page 40 of 40
BIDDER QUALIFICATIONS
SUPPLEMENTAL GARBAGE TRUCK RENTAL
This bid includes minimum bidder qualifications and requirements allowing the Borough of
Hillsdale to select the most qualified, responsive and responsible bidder.
BIDDER QUALIFICATIONS:
A. In an effort to assess the reliability, experience and dependability of the bidder:
1. Has the bidder ever filed for Bankruptcy/restructuring?
Yes___ No ___ If yes, please give a full explanation including dates in the bidder's cover letter.
2. Has the bidder ever reorganized from a previous bankruptcy using a different or same name?
Yes ___ No ___ If yes, please give a full explanation including dates in the bidder's cover letter.
3. In an effort to verify the reliability, experience and dependability of the bidder, the bidder may
be required to provide references. Does the bidder agree to provide references if requested?
Yes ___ No ___ If no, please give a full explanation in the bidder's cover letter.
4. I agree to up to two (2) one (1) year extension(s) as described in the specifications if awarded
by the Mayor and Council. The successful Vendor will be required to hold prices awarded for the
life of the contract. Please check.
Yes___ No ___
4. Any exceptions to the specifications taken.
Yes___ No ___
Exception(s)
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
--- Document: Janitorial Services ---
NAME
ADDRESS
ALTERNATE #1
PROPERTIES A-D
FACILITY E - STONYBROOK
FACILITY E - STONYBROOK
TOTAL ANNUAL PRICE
DAILY PRICE
TOTAL SEASONAL PRICE
Divine Professional Cleaning
2253 Cincinnati Ave Bronx, NY
25,150.25
35.50
$
3,621.00
$
Excellent Building Services
70 S. Jefferson St. Orange, NJ
27,912.00
47.00
$
4,794.00
$
Best Building Services
1121 Edgewater Ave, Ridgefield, NJ
29,400.00
60.00
$
5,880.00
$
Tropical Cleaning Services
79 Stuyvesant Ave Kearny, NJ
24,983.00
39.05
$
3,893.00
$
JANITORIAL SERVICES
6/27/2019 11:15
--- Document: Veterans Memorial Upgrade Program ---
2019 VETERAN'S PARK IMPROVEMENT PROJECT
BOROUGH OF HILLSDALE
BID SPREAD - BASE BID
BALITANO
A.A. BERMS
BELLO GRANDE
CONTRACTING CO.
LLC
CONTRACTING, LLC
ITEM
CONTRACT ITEMS
UNIT
ESTIMATED
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
NO.
QUANTITY
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
1
MOBILIZATION
L.S.
1
$25,000.00
$25,000.00
$8,100.00
$8,100.00
$5,000.00
$5,000.00
2
CLEARING SITE
L.S.
1
$14,000.00
$14,000.00
$7,100.00
$7,100.00
$10,000.00
$10,000.00
3
REPOSITION WWI MONUMENT & RELOCATE TWO KIA SONES ONTO NEW FOOTINGS
L.S.
1
$7,150.00
$7,150.00
$4,950.00
$4,950.00
$8,000.00
$8,000.00
4
PLAIN CONCRETE MONUMENT FOOTINGS WITH 24" TH. GRAVEL BASE
UNIT
9
$600.00
$5,400.00
$667.00
$6,003.00
$2,500.00
$22,500.00
5
CONCRETE SIDEWALK, 4" THICK, SAWCUT, WITH 4" D.G.A.
S.Y.
110
$120.00
$13,200.00
$147.00
$16,170.00
$150.00
$16,500.00
6
6" X 9" X 18" SLOPED CONCRETE CURBS
L.F.
80
$40.00
$3,200.00
$97.00
$7,760.00
$30.00
$2,400.00
7
FIVE WAR MEMORIALS & ONE DEDICATION MONUMENT WITH GRANIT BASES
L.S.
1
$30,000.00
$30,000.00
$46,000.00
$46,000.00
$63,000.00
$63,000.00
8
FIVE MILITARY BRANCH PLAQUES IN SIDEWALK
L.S.
1
$4,000.00
$4,000.00
$3,825.00
$3,825.00
$5,000.00
$5,000.00
9
LIGHTED BOLLARDS
UNIT
4
$2,000.00
$8,000.00
$1,800.00
$7,200.00
$4,500.00
$18,000.00
10
FLAG POLE UPLIGHTS
UNIT
2
$1,000.00
$2,000.00
$2,500.00
$5,000.00
$2,000.00
$4,000.00
11
ALL ELECTRICAL WORK, CONDUIT, WIRING, DUPLEX RECEPTACLE AT FLAG POLE
L.S.
1
$2,500.00
$2,500.00
$25,000.00
$25,000.00
$9,500.00
$9,500.00
12
LANDSCAPING
L.S.
1
$7,500.00
$7,500.00
$7,866.00
$7,866.00
$14,700.00
$14,700.00
TOTAL
$121,950.00
TOTAL
$144,974.00
TOTAL
$178,600.00
--- Document: Sidewalk Improvements Along Piermont Avenue ---
SIDEWALK IMPROVEMENTS ALONG PIERMONT AVENUE
BOROUGH OF HILLSDALE
BID SPREAD - BASE BID
A. TAKTON CONCRETE
D & L PAVING
MARINI BROTHERS
NEW PRINCE CONCRETE
COVINO & SONS
MIKE FITZPATRICK
AA BERMS
CIFELLI & SON GENERAL
DIAMOND
ZUCCARO
CORP.
CONTRACTORS
CONSTRUCTION CO. INC.
CONSTRUCTION CO., INC.
EQUIPMENT CO. INC.
LLC
CONTRACTING, INC.
CONSTRUCTION
INC.
ITEM
CONTRACT ITEMS
UNIT
ESTIMATED
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
NO.
COST
QUANTITY
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
1
MOBILIZATION
L.S.
1
$5,500.00
$5,500.00
$7,500.00
$7,500.00
$1.00
$1.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
3000
$3,000.00
$19,000.00
$19,000.00
$3,000.00
$3,000.00
$9,000.00
$9,000.00
$12,500.00
$12,500.00
2
BREAKAWAY BARRICADES, TYPE III*
UNIT
10
$1.00
$10.00
$0.01
$0.10
$1.00
$10.00
$1.00
$10.00
$1.00
$10.00
1
$10.00
$1.00
$10.00
$1.00
$10.00
$0.10
$1.00
$50.00
$500.00
3
DRUMS*
UNIT
15
$1.00
$15.00
$0.01
$0.15
$1.00
$15.00
$1.00
$15.00
$1.00
$15.00
1
$15.00
$1.00
$15.00
$1.00
$15.00
$0.10
$1.50
$50.00
$750.00
4
CONSTRUCTION SIGNS*
S.F.
160
$10.00
$1,600.00
$10.00
$1,600.00
$1.00
$160.00
$15.00
$2,400.00
$1.00
$160.00
1
$160.00
$1.00
$160.00
$5.00
$800.00
$0.10
$16.00
$25.00
$4,000.00
5
TRAFFIC DIRECTOR, FLAGGER
HOUR
40
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
6
CLEARING SITE
L.S.
1
$6,000.00
$6,000.00
$5,000.00
$5,000.00
$12,000.00
$12,000.00
$10,000.00
$10,000.00
$15,000.00
$15,000.00
4000
$4,000.00
$7,300.00
$7,300.00
$8,000.00
$8,000.00
$25,000.00
$25,000.00
$24,000.00
$24,000.00
7
MANHOLE, 4' DIA.
UNIT
1
$3,800.00
$3,800.00
$4,000.00
$4,000.00
$6,000.00
$6,000.00
$4,000.00
$4,000.00
$8,000.00
$8,000.00
3800
$3,800.00
$5,000.00
$5,000.00
$8,500.00
$8,500.00
$4,000.00
$4,000.00
$3,500.00
$3,500.00
8
INLET, TYPE 'B' MODIFIED
UNIT
3
$2,700.00
$8,100.00
$3,300.00
$9,900.00
$5,000.00
$15,000.00
$4,000.00
$12,000.00
$6,000.00
$18,000.00
3500
$10,500.00
$2,500.00
$7,500.00
$8,500.00
$25,500.00
$5,000.00
$15,000.00
$3,400.00
$10,200.00
9
REINFORCED CONCRETE PIPE, 15" DIA.
L.F.
35
$120.00
$4,200.00
$100.00
$3,500.00
$125.00
$4,375.00
$100.00
$3,500.00
$200.00
$7,000.00
200
$7,000.00
$150.00
$5,250.00
$400.00
$14,000.00
$200.00
$7,000.00
$150.00
$5,250.00
10
CONCRETE SIDEWALK, 4" THICK
S.Y.
750
$80.00
$60,000.00
$65.00
$48,750.00
$65.00
$48,750.00
$90.00
$67,500.00
$72.00
$54,000.00
76
$57,000.00
$90.60
$67,950.00
$78.00
$58,500.00
$99.00
$74,250.00
$90.00
$67,500.00
11
CONCRETE DRIVEWAY, 6" THICK
S.Y.
230
$97.00
$22,310.00
$85.00
$19,550.00
$75.00
$17,250.00
$0.00
$0.00
$81.00
$18,630.00
78
$17,940.00
$97.00
$22,310.00
$80.00
$18,400.00
$108.00
$24,840.00
$125.00
$28,750.00
12
9x9x20 CONCRETE VERTICAL CURB
L.F.
1360
$31.00
$42,160.00
$30.00
$40,800.00
$34.00
$46,240.00
$32.00
$43,520.00
$25.00
$34,000.00
36
$48,960.00
$30.00
$40,800.00
$34.00
$46,240.00
$40.00
$54,400.00
$42.00
$57,120.00
13
RESET EXISTING CASTING
UNIT
2
$150.00
$300.00
$300.00
$600.00
$300.00
$600.00
$500.00
$1,000.00
$100.00
$200.00
350
$700.00
$300.00
$600.00
$350.00
$700.00
$100.00
$200.00
$350.00
$700.00
14
DETECTABLE WARNING SURFACE
S.Y.
4
$225.00
$900.00
$260.00
$1,040.00
$150.00
$600.00
$200.00
$800.00
$250.00
$1,000.00
300
$1,200.00
$250.00
$1,000.00
$150.00
$600.00
$300.00
$1,200.00
$275.00
$1,100.00
15
H.M.A. DRIVEWAY, 6" TH.
S.Y.
180
$35.00
$6,300.00
$45.00
$8,100.00
$1.00
$180.00
$32.00
$5,760.00
$50.00
$9,000.00
48
$8,640.00
$55.00
$9,900.00
$40.00
$7,200.00
$27.00
$4,860.00
$50.00
$9,000.00
16
PRECAST CONCRETE BLOCK RETAINING WALL
S.F.
240
$45.00
$10,800.00
$75.00
$18,000.00
$25.00
$6,000.00
$50.00
$12,000.00
$40.00
$9,600.00
95
$22,800.00
$28.00
$6,720.00
$100.00
$24,000.00
$100.00
$24,000.00
$52.00
$12,480.00
17
BEAM GUIDE RAIL
L.F.
30
$62.50
$1,875.00
$75.00
$2,250.00
100
$3,000.00
$50.00
$1,500.00
$60.00
$1,800.00
75
$2,250.00
110
$3,300.00
95
$2,850.00
200
$6,000.00
$125.00
$3,750.00
18
TANGENT GUIDE RAIL TERMINAL, SKT 350, T.L. 2
UNIT
1
$6,750.00
$6,750.00
$3,000.00
$3,000.00
1500
$1,500.00
$5,500.00
$5,500.00
$1,000.00
$1,000.00
3000
$3,000.00
4500
$4,500.00
5300
$5,300.00
3000
$3,000.00
$2,800.00
$2,800.00
19
TREE REMOVAL, 8" TO 24" DIA.
UNIT
18
$600.00
$10,800.00
$925.00
$16,650.00
1800
$32,400.00
$1,000.00
$18,000.00
$1,500.00
$27,000.00
2000
$36,000.00
2150
$38,700.00
1350
$24,300.00
1500
$27,000.00
$1,500.00
$27,000.00
20
TREE REMOVAL, 25" TO 36" DIA.
UNIT
1
$1,200.00
$1,200.00
$3,000.00
$3,000.00
2500
$2,500.00
$3,400.00
$3,400.00
$3,000.00
$3,000.00
3000
$3,000.00
3750
$3,750.00
3000
$3,000.00
3000
$3,000.00
$3,500.00
$3,500.00
21
TOPSOILING, 4" THICK
S.Y.
950
$3.00
$2,850.00
$4.00
$3,800.00
5
$4,750.00
$5.00
$4,750.00
$3.00
$2,850.00
7
$6,650.00
5
$4,750.00
5
$4,750.00
0.01
$9.50
$10.00
$9,500.00
22
FERTILIZING & SEEDING, TYPE A-3
S.Y.
950
$1.00
$950.00
$0.50
$475.00
0.5
$475.00
$0.50
$475.00
$1.00
$950.00
1
$950.00
1
$950.00
3
$2,850.00
0.01
$9.50
$1.00
$950.00
23
STRAW MULCHING
S.Y.
950
$1.00
$950.00
$0.50
$475.00
0.5
$475.00
$0.50
$475.00
$1.00
$950.00
1
$950.00
1
$950.00
1
$950.00
0.01
$9.50
$1.00
$950.00
24
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 6" WIDE
L.F.
40
$2.75
$110.00
$5.00
$200.00
6
$240.00
$5.00
$200.00
$5.00
$200.00
2
$80.00
5
$200.00
4
$160.00
20
$800.00
$5.00
$200.00
25
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 8" WIDE
L.F.
250
$5.50
$1,375.00
$7.00
$1,750.00
6
$1,500.00
$8.00
$2,000.00
$8.00
$2,000.00
4
$1,000.00
6
$1,500.00
6.5
$1,625.00
7
$1,750.00
$6.00
$1,500.00
26
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 24" WIDE
L.F.
15
$10.50
$157.50
$15.00
$225.00
10
$150.00
$20.00
$300.00
$20.00
$300.00
7
$105.00
18
$270.00
15
$225.00
30
$450.00
$15.00
$225.00
* *ITEM INCLUDES IF AND WHERE DIRECTED QUANTITY
TOTAL
$201,823.70
TOTAL
$202,976.45
TOTAL
$206,982.20
TOTAL
$211,916.20
TOTAL
$227,476.20
TOTAL
$242,521.20
TOTAL
$255,196.20
TOTAL
$264,286.20
TOTAL
$288,608.20
TOTAL
$290,536.20
BID SPREAD - ALTERNATE BID
A. TAKTON CONCRETE
D & L PAVING
MARINI BROTHERS
NEW PRINCE CONCRETE
COVINO & SONS
MIKE FITZPATRICK
AA BERMS
CIFELLI & SON GENERAL
DIAMOND
ZUCCARO
CORP.
CONTRACTORS
CONSTRUCTION CO. INC. CONSTRUCTION CO., INC.
EQUIPMENT CO. INC.
LLC
CONTRACTING, INC.
CONSTRUCTION
INC.
ITEM
CONTRACT ITEMS
UNIT
ESTIMATED
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
NO.
COST
QUANTITY
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
10
CONCRETE SIDEWALK, 4" THICK
S.Y.
250
86
$21,500.00
$65.00
$16,250.00
$63.00
$15,750.00
$80.00
$20,000.00
$72.00
$18,000.00
76
$19,000.00
$90.60
$22,650.00
$90.00
$22,500.00
$99.00
$24,750.00
$90.00
$22,500.00
12
9 X 9 X 20 CONCRETE VERTICAL CURB
L.F.
60
65
$3,900.00
$30.00
$1,800.00
$35.00
$2,100.00
$32.00
$1,920.00
$30.00
$1,800.00
36
$2,160.00
$30.00
$1,800.00
$100.00
$6,000.00
$40.00
$2,400.00
$42.00
$2,520.00
14
DETECTABLE WARNING SURFACE
S.Y.
3
225
$675.00
$260.00
$780.00
$150.00
$450.00
$200.00
$600.00
$250.00
$750.00
300
$900.00
$250.00
$750.00
$150.00
$450.00
$300.00
$900.00
$275.00
$825.00
19
TREE REMOVAL, 8" TO 24" DIAMETER
UNIT
1
1500
$1,500.00
$3,000.00
$3,000.00
$1,800.00
$1,800.00
$1,000.00
$1,000.00
$1,500.00
$1,500.00
1500
$1,500.00
$2,150.00
$2,150.00
$3,000.00
$3,000.00
$1,000.00
$1,000.00
$1,500.00
$1,500.00
21
TOPSOILING, 4" THICK
S.Y.
200
5.5
$1,100.00
$4.00
$800.00
$5.00
$1,000.00
$5.00
$1,000.00
$3.00
$600.00
2
$400.00
$5.00
$1,000.00
$5.00
$1,000.00
$0.01
$2.00
$10.00
$2,000.00
22
FERTILIZING & SEEDING, TYPE A-3
S.Y.
200
1
$200.00
$0.50
$100.00
$0.50
$100.00
$0.50
$100.00
$1.00
$200.00
1
$200.00
$1.00
$200.00
$3.00
$600.00
$0.01
$2.00
$1.00
$200.00
23
STRAW MULCHING
S.Y.
200
1
$200.00
$0.50
$100.00
$0.50
$100.00
$0.50
$100.00
$1.00
$200.00
1
$200.00
$1.00
$200.00
$1.00
$200.00
$0.01
$2.00
$1.00
$200.00
TOTAL
$29,075.00
TOTAL
$22,830.00
TOTAL
$21,300.00
TOTAL
$24,720.00
TOTAL
$23,050.00
TOTAL
$24,360.00
TOTAL
$28,750.00
TOTAL
$33,750.00
TOTAL
$29,056.00
TOTAL
$29,745.00
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
COMBINED
TOTAL
$230,898.70
TOTAL
$225,806.45
TOTAL
$228,282.20
TOTAL
$236,636.20
TOTAL
$250,526.20
TOTAL
$266,881.20
TOTAL
$283,946.20
TOTAL
$298,036.20
TOTAL
$317,664.20
TOTAL
$320,281.20
--- Document: 2019 Road Program ---
1
ST. NICHOLAS AVENUE IMPROVEMENTS &
2019 ROAD PROGRAM
BOROUGH OF HILLSDALE
BID SPREAD - BASE BID
D & L PAVING
MARINI BROTHERS
4 CLEAN-UP
NEW PRINCE CONCRETE
CROSSROADS PAVEMENT
CONTRACTORS, INC.
CONSTRUCTION CO., INC.
INC.
CONSTRUCTION CO., INC.
MAINTENANCE LLC
ITEM
CONTRACT ITEMS
UNIT
ESTIMATED
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
NO.
COST
QUANTITY
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
1
MOBILIZATION
L.S.
1
$10,000.00
$10,000.00
$20,000.00
$20,000.00
$6,000.00
$6,000.00
$10,000.00
$10,000.00
$5,000.00
$5,000.00
2
BREAKAWAY BARRICADES, TYPE III*
UNIT
20
$0.01
$0.20
$1.00
$20.00
$1.00
$20.00
$0.01
$0.20
$25.00
$500.00
3
DRUMS*
UNIT
30
$0.01
$0.30
$1.00
$30.00
$1.00
$30.00
$0.01
$0.30
$0.01
$0.30
4
CONSTRUCTION SIGNS*
S.F.
320
$1.00
$320.00
$1.00
$320.00
$1.00
$320.00
$12.00
$3,840.00
$10.00
$3,200.00
5
TRAFFIC DIRECTORS
HOURS
40
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
6
FUEL PRICE ADJUSTMENT
ALLOW.
1
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
7
ASPHALT PRICE ADJUSTMENT
ALLOW.
1
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
8
CLEARING SITE
L.S.
1
$5,000.00
$5,000.00
$1.00
$1.00
$7,000.00
$7,000.00
$10,000.00
$10,000.00
$5,000.00
$5,000.00
9
HMA MILLING, 2" AVERAGE DEPTH
S.Y.
23,800
$4.65
$110,670.00
$4.00
$95,200.00
$4.25
$101,150.00
$3.85
$91,630.00
$4.20
$99,960.00
10
H.M.A. 9.5M64 SURFACE COURSE, 2" THICK
TONS
6,275
$76.00
$476,900.00
$80.00
$502,000.00
$81.50
$511,412.50
$81.00
$508,275.00
$78.70
$493,842.50
11
CONCRETE. SIDEWALK, 4" THICK WITH STONE
S.Y.
125
$65.00
$8,125.00
$63.00
$7,875.00
$90.00
$11,250.00
$80.00
$10,000.00
$88.00
$11,000.00
12
CURB PIECE, NJDEP ECO TYPE “N”
UNIT
45
$275.00
$12,375.00
$300.00
$13,500.00
$325.00
$14,625.00
$400.00
$18,000.00
$350.00
$15,750.00
13
BICYCLE SAFE GRATE
UNIT
41
$280.00
$11,480.00
$300.00
$12,300.00
$375.00
$15,375.00
$400.00
$16,400.00
$300.00
$12,300.00
14
RESET EXISTING CASTING
UNIT
72
$1.00
$72.00
$1.00
$72.00
$215.00
$15,480.00
$0.01
$0.72
$275.00
$19,800.00
15
INLET, TYPE B
UNIT
1
$3,100.00
$3,100.00
$3,000.00
$3,000.00
$3,500.00
$3,500.00
$4,000.00
$4,000.00
$3,800.00
$3,800.00
16
RECONSTRUCTED INLET USING EXISTING FRAME, 0' TO 5' DEEP*
UNIT
8
$650.00
$5,200.00
$700.00
$5,600.00
$500.00
$4,000.00
$1,500.00
$12,000.00
$1,200.00
$9,600.00
17
RECONSTRUCTED INLET USING EXISTING FRAME, 5' TO 10' DEEP*
UNIT
3
$350.00
$1,050.00
$1,500.00
$4,500.00
$750.00
$2,250.00
$2,500.00
$7,500.00
$2,400.00
$7,200.00
18
12" HIGH DENSITY POLYETHYLENE PIPE
L.F.
35
$100.00
$3,500.00
$120.00
$4,200.00
$77.00
$2,695.00
$100.00
$3,500.00
$220.00
$7,700.00
19
6" X 9" X 20" VERTICAL CONCRETE CURB
L.F.
180
$30.00
$5,400.00
$35.00
$6,300.00
$36.00
$6,480.00
$30.00
$5,400.00
$48.00
$8,640.00
20
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 4" WIDE
L.F.
300
$2.00
$600.00
$2.00
$600.00
$0.55
$165.00
$1.50
$450.00
$1.10
$330.00
21
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 6" WIDE
L.F.
6,200
$1.75
$10,850.00
$2.50
$15,500.00
$0.82
$5,084.00
$1.80
$11,160.00
$1.65
$10,230.00
22
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 24" WIDE
L.F.
190
$5.00
$950.00
$8.00
$1,520.00
$3.30
$627.00
$5.00
$950.00
$5.00
$950.00
23
TREE REMOVAL, 14" TO 24" DIA.
UNIT
4
$1,200.00
$4,800.00
$1,800.00
$7,200.00
$995.00
$3,980.00
$1,200.00
$4,800.00
$2,100.00
$8,400.00
24
TOPSOILING, 4” THICK
S.Y.
400
$3.00
$1,200.00
$1.00
$400.00
$1.00
$400.00
$5.00
$2,000.00
$5.50
$2,200.00
25
FERTILIZING AND SEEDING, TYPE A-3
S.Y.
400
$1.00
$400.00
$1.00
$400.00
$1.00
$400.00
$0.50
$200.00
$5.50
$2,200.00
26
STRAW MULCHING
S.Y.
400
$0.50
$200.00
$1.00
$400.00
$1.00
$400.00
$0.50
$200.00
$2.20
$880.00
* ITEM INCLUDES IF AND WHERE DIRECTED QUANTITY
TOTAL
$679,003.70
TOTAL
$707,749.20
TOTAL
$719,454.70
TOTAL
$727,117.42
TOTAL
$735,294.00
2
ST. NICHOLAS AVENUE IMPROVEMENTS &
2019 ROAD PROGRAM
BOROUGH OF HILLSDALE
BID SPREAD - BASE BID
D.L.S. CONTRACTING
FRANK A. MACCHIONE
AMERICAN ASPHALT &
MIKE FITZPATRICK
YOUR WAY
INC.
CONSTRUCTION, INC.
MILLING SERVICES LLC
EQUIPMENT CO. INC.
CONSTRUCTION, INC.
ITEM
CONTRACT ITEMS
UNIT
ESTIMATED
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
UNIT
EXT.
NO.
COST
QUANTITY
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
PRICE
AMT.
1
MOBILIZATION
L.S.
1
$15,429.00
$15,429.00
$20,171.08
$20,171.08
$3,000.00
$3,000.00
$6,000.00
$6,000.00
$4,725.00
$4,725.00
2
BREAKAWAY BARRICADES, TYPE III*
UNIT
20
$1.00
$20.00
$0.01
$0.20
$1.00
$20.00
$1.00
$20.00
$0.01
$0.20
3
DRUMS*
UNIT
30
$1.00
$30.00
$0.01
$0.30
$1.00
$30.00
$1.00
$30.00
$0.01
$0.30
4
CONSTRUCTION SIGNS*
S.F.
320
$1.00
$320.00
$0.01
$3.20
$0.01
$3.20
$1.00
$320.00
$1.00
$320.00
5
TRAFFIC DIRECTORS
HOURS
40
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
$70.28
$2,811.20
6
FUEL PRICE ADJUSTMENT
ALLOW.
1
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
7
ASPHALT PRICE ADJUSTMENT
ALLOW.
1
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
8
CLEARING SITE
L.S.
1
$24,529.00
$24,529.00
$41,000.00
$41,000.00
$21,700.00
$21,700.00
$3,000.00
$3,000.00
$16,518.00
$16,518.00
9
HMA MILLING, 2" AVERAGE DEPTH
S.Y.
23,800
$4.25
$101,150.00
$4.75
$113,050.00
$5.00
$119,000.00
$6.00
$142,800.00
$4.60
$109,480.00
10
H.M.A. 9.5M64 SURFACE COURSE, 2" THICK
TONS
6,275
$80.00
$502,000.00
$85.00
$533,375.00
$80.54
$505,388.50
$89.00
$558,475.00
$97.70
$613,067.50
11
CONCRETE. SIDEWALK, 4" THICK WITH STONE
S.Y.
125
$80.00
$10,000.00
$85.00
$10,625.00
$100.00
$12,500.00
$75.00
$9,375.00
$119.65
$14,956.25
12
CURB PIECE, NJDEP ECO TYPE “N”
UNIT
45
$300.00
$13,500.00
$275.00
$12,375.00
$300.00
$13,500.00
$425.00
$19,125.00
$432.00
$19,440.00
13
BICYCLE SAFE GRATE
UNIT
41
$300.00
$12,300.00
$275.00
$11,275.00
$300.00
$12,300.00
$425.00
$17,425.00
$337.50
$13,837.50
14
RESET EXISTING CASTING
UNIT
72
$100.00
$7,200.00
$0.01
$0.72
$0.01
$0.72
$350.00
$25,200.00
$472.50
$34,020.00
15
INLET, TYPE B
UNIT
1
$3,500.00
$3,500.00
$2,500.00
$2,500.00
$3,500.00
$3,500.00
$3,000.00
$3,000.00
$3,400.00
$3,400.00
16
RECONSTRUCTED INLET USING EXISTING FRAME, 0' TO 5' DEEP*
UNIT
8
$1,500.00
$12,000.00
$1,000.00
$8,000.00
$800.00
$6,400.00
$950.00
$7,600.00
$607.50
$4,860.00
17
RECONSTRUCTED INLET USING EXISTING FRAME, 5' TO 10' DEEP*
UNIT
3
$2,500.00
$7,500.00
$1,250.00
$3,750.00
$2,000.00
$6,000.00
$1,100.00
$3,300.00
$877.50
$2,632.50
18
12" HIGH DENSITY POLYETHYLENE PIPE
L.F.
35
$45.00
$1,575.00
$125.00
$4,375.00
$150.00
$5,250.00
$150.00
$5,250.00
$98.20
$3,437.00
19
6" X 9" X 20" VERTICAL CONCRETE CURB
L.F.
180
$40.00
$7,200.00
$45.00
$8,100.00
$50.00
$9,000.00
$36.00
$6,480.00
$28.35
$5,103.00
20
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 4" WIDE
L.F.
300
$0.65
$195.00
$1.00
$300.00
$300.00
$90,000.00
$1.00
$300.00
$0.61
$183.00
21
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 6" WIDE
L.F.
6,200
$1.00
$6,200.00
$1.25
$7,750.00
$0.95
$5,890.00
$1.50
$9,300.00
$0.90
$5,580.00
22
TRAFFIC STRIPES, LONG LIFE, THERMOPLASTIC, 24" WIDE
L.F.
190
$3.50
$665.00
$3.75
$712.50
$3.80
$722.00
$4.00
$760.00
$3.63
$689.70
23
TREE REMOVAL, 14" TO 24" DIA.
UNIT
4
$2,500.00
$10,000.00
$1,250.00
$5,000.00
$2,500.00
$10,000.00
$1,500.00
$6,000.00
$1,282.50
$5,130.00
24
TOPSOILING, 4” THICK
S.Y.
400
$3.00
$1,200.00
$0.01
$4.00
$0.01
$4.00
$6.00
$2,400.00
$6.75
$2,700.00
25
FERTILIZING AND SEEDING, TYPE A-3
S.Y.
400
$1.00
$400.00
$0.01
$4.00
$0.01
$4.00
$1.00
$400.00
$4.05
$1,620.00
26
STRAW MULCHING
S.Y.
400
$1.00
$400.00
$0.01
$4.00
$0.01
$4.00
$1.00
$400.00
$1.00
$400.00
* ITEM INCLUDES IF AND WHERE DIRECTED QUANTITY
TOTAL
$744,124.20
TOTAL
$789,186.20
TOTAL
$831,027.62
TOTAL
$833,771.20
TOTAL
$868,911.15
--- Document: Police Accreditation Services ---
Name
Address
Phone
12 MONTH COST
1
The Rodgers Group
PO Box 831 Island Heights, NJ 08732
$39,900.00
2
3
4
5
6
7
8
9
10
POLICE ACCREDITATION SERVICES
5/9/2019 11:00
--- Document: Disposal of Vegetative Waste ---
COMPANY NAME/
PHONE/
ITEM
ITEM
ITEM
UNIT
EXTENDED
ADDRESS
FAX NUMBER
1
2
3
PRICE BY
PRICE
BRUSH/
GRASS &
LEAF
VOLUME
TREE PARTS
COMINGLED
DISPOSAL
PER
LOGS
YARD WASTE
CUBIC YARD
RER Supply LLC
4 South Corporate Dr
$24,000.00
$58,800.00
$2,600.00
85,400.00
$
Riverdale, NJ 07457
Environmental Renewal
27 Andrews Dr
19,200.00
70,000.00
2,600.00
$
91,800.00
$
Woodland Park, NJ 07424
Natures Choice Corp
398 Lincoln Blvd
46,400.00
81,200.00
5,000.00
$
132,600.00
$
Middlesex, NJ 08846
BOROUGH OF HILLSDALE
DISPOSAL OF VEGETATIVE WASTE
4/2/2019 11:00
UNOFFICIAL RESULTS
--- Document: Stonybrook Concession Stand 2019,2020,2021 ---
COMPANY NAME/
PHONE/
2019
2020
2021
ADDRESS
FAX NUMBER
Season
Season
Season
TOTAL
Base
Base
Base
Year
Year
Year
P & M CONCESSIONS INC
MALLINSON ST
$22,150.00
$22,400.00
$23,400.00
$67,950.00
ALLENDALE, NJ 07401
MELLSWORTH FOODS LLC
102 E MAIN ST
$23,200.00
$23,300.00
$23,500.00
$70,000.00
RAMSEY, NJ 07446
STONYBROOK SWIM CLUB
CONCESSION STAND - BASE YEARS 2019, 2020 & 2021
3/5/2019 11:00
Unofficial Bid Results
--- Document: Single Axle Dump Truck ---
COMPANY NAME/
PHONE/
ITEM
Option
Option
Option
Option
Options
ADDRESS
FAX NUMBER
1
A
B
C
D
E
2020
11`
11`
10` Stainless
Self Tarp System
Stainless Steel
TOTAL
Model Year
Dump
Snow
Steel Dual Auger
With Side
Salt Spreader
Body
Plow
Salter Installed
Arms
Stand
Robert Hoover & Sons
973-975-9884
$116,291
$48,950
$9,908
$22,270
$2,000
$4,700
$204,119
149 Gold Mine Rd
Flanders, NJ 07836
BOROUGH OF HILLSDALE
SINGLE AXLE DUMP TRUCK
2/5/2019 11:00
UNOFFICIAL RESULTS
--- Document: Stonybrook Swim Club Open/Close/Maintenance 2019-2020 ---
COMPANY NAME/
PHONE/
BID
BID
BID
BID
BID
BID
2019
2019
2020
Check
Competition
Pool
Hourly
Markup
ADDRESS
FAX NUMBER
AMOUNT
AMOUNT
AMOUNT
AMOUNT
AMOUNT
AMOUNT
Maintenance
Weekly Maint
Weekly Maint
Valve
Pool
Safety
Rate
On parts or
Spring
Winter
Spring
Winter
Summer Maint
Summer Maint
Work
Competition Pool
Competition Pool
Slide
Pump
Cover
For
Materials
Opening
Closure
Opening
Closure
Weekly
Weekly
Only
Only
2019
2020
Kiddy Pool
Unspecified
for Unspecified
2019
2019
2020
2020
6/1/19-9/5/19
6/1/20-9/5/20
9/10/19-11/5/19
9/10/20-11/5/20
2020
Work
Work
Lehmann Pools
644 Wyckoff Ave
$80,800.00
$33,100.00
$92,500.00
$39,600.00
$15,700.00
$20,400.00
$70,000.00
$2,700.00
$2,800.00
$3,400.00
$12,600.00
$18,400.00 $200.00/hr
50%
Mahwah, NJ 07430
ALTERNATE BID ITEMS
BASE BID ITEMS
STONYBROOK SWIM CLUB OPEN/CLOSE
2019-2020 SEASON
2/5/2019 11:45
--- Document: Stonybrook Concession Stand 2019,2020,2021 (all bids rejected) ---
COMPANY NAME/
PHONE/
2019
2020
2021
ADDRESS
FAX NUMBER
Season
Season
Season
TOTAL
Base
Base
Base
Year
Year
Year
P & M CONCESSIONS INC
MALLINSON ST
$19,700.00
$19,800.00
$19,900.00
$59,400.00
ALLENDALE, NJ 07401
MELLSWORTH FOODS LLC
102 E MAIN ST
$21,600.00
$21,600.00
$23,600.00
$66,800.00
RAMSEY, NJ 07446
STONYBROOK SWIM CLUB
CONCESSION STAND - BASE YEARS 2019, 2020 & 2021
2/5/2019 11:30
Unofficial Bid Results
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
"...Bidder shall submit with the bid a 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 owner stating that it will provide said bidder with a Performance Bond in the full amount of the bid...."
liquidated damages
No Flags Found
Quick Actions
Visit Bid PortalSupplemental Garbage TrucksJanitorial ServicesVeterans Memorial Upgrade ProgramSidewalk Improvements Along Piermont Avenue2019 Road ProgramPolice Accreditation ServicesDisposal of Vegetative WasteStonybrook Concession Stand 2019,2020,2021Single Axle Dump TruckStonybrook Swim Club Open/Close/Maintenance 2019-2020Stonybrook Concession Stand 2019,2020,2021 (all bids rejected)
Contacts
Denise Kohan
Borough Clerk
(***) ***-****
UnlockExplore More
Timeline
First Discovered
Apr 2, 2026
Last Info Update
Apr 2, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial