Start your 7-day free trial — unlock full access instantly.
← Back to Search3 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
65
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The City of Long Branch, New Jersey is seeking bids for a twenty-four (24) month contract for on-site grinding, transport, and disposal of brush at the Atlantic Avenue Public Works Yard. The contract involves providing equipment and operators to single-grind brush collected through the City's residential curbside collection program, transporting and disposing of the resulting wood chips, performed on an as-needed basis. Bidders must comply with affirmative action requirements. Sealed bids must be received by the City Clerk before the opening date. A bid surety in the form of a certified check or bid bond is required.
Web Content
Bid Postings • BUSH GRINDING Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Government Departments How Do I... Community Business Services Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: BUSH GRINDING Category: Purchasing Status: Closed Description: Notice is hereby given that sealed bids will be received by the Council of the City of Long Branch, New Jersey, for: TWENTY-FOUR (24) MONTH CONTRACT FOR ON-SITE GRINDING, TRANSPORT, AND DISPOSAL OF BRUSH AT THE ATLANTIC AVENUE PUBLIC WORKS YARD # 2026-02 The City of Long Branch is seeking a qualified contractor to provide on-site brush grinding services at the Atlantic Avenue Public Works Yard, including the transportation and proper disposal of resulting wood chips. This contract will support the City’s residential curbside brush collection program and will be performed on an as-needed basis in accordance with the bid specifications. Sealed Bids will be opened and read in public by the Purchasing Agent, or their designee, in the City Council Caucus Room, Second Floor, Municipal Building, 344 Broadway, Long Branch, New Jersey on: WEDNESDAY, MARCH 18, 2026 @11:00AM Specifications will be on file in the Purchasing Office and may be examined by prospective bidders during normal business hours. Bidders may obtain a copy of the bid package by request to the Purchasing Office. Specifications will not be faxed, nor will faxed proposals be accepted. Proposals must be made on the standard Proposal Form provided and must be enclosed in a sealed envelope addressed to: City Clerk, City of Long Branch, 344 Broadway, Long Branch N.J. 07740. The outside of the envelope must be clearly marked with the BID name and number above and indicate the name and address of the bidder. Bids must be accompanied by Bid Surety in the form of a certified check or bid bond, drawn to the order of the City of Long Branch, for not less than ten (10%) of the bid, except that the bid security not exceed $ 20,000, in accordance with N.J.S.A. 40A:11-1 et. seq. Failure to provide the Bid Security as specified will result in rejection of the bid. Bidders are required to comply with requirements of N.J.S.A. 10:5-31 et. seq. and N.J.A.C. 17:27 (Affirmative Action), and with requirements of P.L. 1977, c 33. The City of Long Branch reserves the right to require an experience statement from bidders showing they have satisfactorily completed work of a similar nature before awarding the contract. The City also reserves the right to reject any or all bids, or to increase or decrease the quantities as designated in the specifications, when it may be in the best interests of the City of Long Branch to do so. In the event it is not possible to be present at the time and place of the bid opening, bids may be mailed to the City Clerk, Municipal Building, 344 Broadway, Long Branch, N.J. 07740; however, bids must be received prior to the date and time set for bid opening. Sujata Salian, QPA Purchasing Agent Publication Date/Time: 3/2/2026 12:00 AM Closing Date/Time: 3/18/2026 11:00 AM Related Documents: BRUSH GRINDING 2026-02 -BID PACKAGE Return To Main Bid Postings Page Live Edit Agendas & Minutes Beach Information Newsletter Sign-up Meeting Live Stream Tax Payments Public Notices & Advertisements Long Branch, NJ The Friendly City Contact Us 344 Broadway Long Branch, NJ 07740 Phone: 732-222-7000 Monday through Friday 8:30 am to 4:30 pm Quick Links City Clerk Arts and Cultural Center Volunteer Inquiry Form Boards and Commissions Garbage and Recycling Elections and Voter Registration /QuickLinks.aspx Site Links Home Site Map Contact Us Accessibility Copyright Notices Privacy Policy /QuickLinks.aspx Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
Document Text
--- Document: BRUSH GRINDING 2026-02 -BID PACKAGE ---
Page 1
CITY OF LONG BRANCH
MONMOUTH COUNTY, NEW JERSEY
SEALED BID FOR CONTRACT # 2026-02
TWENTY-FOUR (24) MONTH CONTRACT FOR ON-SITE GRINDING,
TRANSPORT, AND DISPOSAL OF BRUSH AT THE ATLANTIC AVENUE PUBLIC
WORKS YARD
MAYOR JOHN PALLONE
CHARLES F. SHIRLEY, BUSINESS ADMINISTRATOR
CITY COUNCIL
ROSE WIDDIS
BILL DANGLER
GLENN RASSAS
MARIO VIEIRA
DR. ANITA VOOGT
SEALED BID DUE DATE: MARCH 18, 2026 @11:00AM
Page 2
CITY OF LONG BRANCH
Notice to Bidders
Notice is hereby given that sealed bids will be received by the Council of the City of Long
Branch, New Jersey, for:
TWENTY-FOUR (24) MONTH CONTRACT FOR ON-SITE GRINDING,
TRANSPORT, AND DISPOSAL OF BRUSH AT THE ATLANTIC AVENUE
PUBLIC WORKS YARD
Sealed Bids will be opened and read in public by the Purchasing Agent, or their designee, in
the City Council Caucus Room, Second Floor, Municipal Building, 344 Broadway, Long
Branch, New Jersey on:
WEDNESDAY, MARCH 18, 2026 @11:00AM
Specifications will be on file in the Purchasing Office and may be examined by prospective
bidders during normal business hours. Bidders may obtain a copy of the bid package by
request to the Purchasing Office. Specifications will not be faxed, nor will faxed proposals
be accepted.
Proposals must be made on the standard Proposal Form provided and must be enclosed in
a sealed envelope addressed to: City Clerk, City of Long Branch, 344 Broadway, Long Branch
N.J. 07740. The outside of the envelope must be clearly marked with the BID name and
number above and indicate the name and address of the bidder.
Bids must be accompanied by Bid Surety in the form of a certified check or bid bond, drawn
to the order of the City of Long Branch, for not less than ten (10%) of the bid, except that
the bid security not exceed $ 20,000, in accordance with N.J.S.A. 40A:11-1 et. seq. Failure to
provide the Bid Security as specified will result in rejection of the bid.
Bidders are required to comply with requirements of N.J.S.A. 10:5-31 et. seq. and
N.J.A.C. 17:27 (Affirmative Action), and with requirements of P.L. 1977, c 33.
The City of Long Branch reserves the right to require an experience statement from bidders
showing they have satisfactorily completed work of a similar nature before awarding the
contract. The City also reserves the right to reject any or all bids, or to increase or decrease
the quantities as designated in the specifications, when it may be in the best interests of the
City of Long Branch to do so.
In the event it is not possible to be present at the time and place of the bid opening, bids
may be mailed to the City Clerk, Municipal Building, 344 Broadway, Long Branch, N.J.
07740; however, bids must be received prior to the date and time set for bid opening.
Sujata Salian, QPA
Purchasing Agent
Page 3
CITY OF LONG BRANCH
Bid Specifications
Scope
The City of Long Branch will receive bids for a twenty-four 24-month contract to provide equipment
and operators to single-grind brush on-site at its Public Works Atlantic Avenue Yard, and transport
and dispose of the resultant wood chips. The bid price shall be inclusive of all labor, equipment, fuel,
mobilization and disposal costs, including but not limited to the tub grinder, front end loader and/or
backhoe, trucks, walk-in trailers, or containers necessary to move the brush to and from the grinder,
to single grind the brush and to load the wood chips into trailers or containers for transport and
disposal. It will be the sole responsibility of the bidder to ensure that there is no foreign debris mixed
in with the brush prior to grinding. Once the wood chips are loaded onto the bidder's trailers or
containers, they shall become the property and responsibility of the bidder. The contractor shall be
paid based upon number of cubic yards of wood chip removed from the City Yard, and verified in
accordance with procedures established by the Purchasing Agent.
This is a formal bid, and bidders are cautioned to provide with their proposal all items listed on the
checklist included in the bid documents.
Please note that this contract does not require compliance with Prevailing Wage regulations, and does
not require a Public Works Contractor's Registration, as no public work, as defined by statute, is being
performed.
Location of work to be performed
The brush to be ground under this contract has been or is to be collected by City DPW personnel,
through its residential curbside collection program, and hauled to the DPW Atlantic Avenue Yard,
Long Branch, NJ. The contractor must arrange a grinding schedule, mutually agreed upon by the
Public Works Director that will keep the amount of brush on site at the City Yard to a reasonable level.
Bidders should expect to be required to perform grinding a minimum of two (2)-three (3) times, and
a maximum of four (4) times per year during the term of the contract.
It is strongly suggested that prospective bidders visit the site of the Atlantic Avenue Yard prior to
bidding to view the size and layout of the facility. To make arrangements for a visit, call the Public
Works Office at 732-571-6520.
Once the grinding operations are completed, the contractor shall promptly remove all wood chips
from the DPW Yard. Under no circumstances may the wood chips be permitted to accumulate, remain
or decompose on City property.
Containers of wood chips must be filled level to the uppermost edge in order to be considered a full
load. The Contractor must stop at the DPW Office and sign the Outgoing Container Log to verify
the date and quantity of each load removed. Failure to sign the log shall result in non-payment for the
load. Contractor should make himself familiar with the hours of operation of the Public Works Office.
Page 4
Estimated Quantities
This bid will be awarded as an open-ended contract. The amount of brush collected by the City may
vary from year to year, depending upon factors including, but not limited to weather events and
windstorms.
The City does not guarantee any specific quantity of work under this contract. For estimating purposes
only, the Contractor may expect an approximate range of twenty-two thousand (22,000) to twenty-
five thousand (25,000) cubic yards of wood chips during the contract term. For the purposes of
calculating bonding for this bid, the total bid price will be calculated upon the upper range of 25,000
cubic yards for the contract period.
The Atlantic Avenue Yard abuts residential properties, and to avoid noise nuisance complaints, there
is a limitation on the hours of operation of machinery. The bidder may perform work and operate
machinery at the City location no earlier than 7am, and not later than 5pm. No Exceptions. This term
will be strictly enforced.
Inventory of Contractor's Equipment
In order to evaluate the bidder’s ability to perform the work, bidders shall submit with their proposal
a list of equipment proposed for use in the performance of this contract. The equipment list shall
indicate whether each item is owned, leased, or rented, and shall be sufficient to perform the work as
specified.
Term of Contract
The term of this contract shall commence upon award by the City Council, and shall become effective
upon execution of the contract documents and submission of all required insurance certificates, and
shall remain in effect for a period of twenty-four (24) months, unless otherwise terminated in
accordance with the contract provisions.
Insurance
All of the Contractor's insurance coverage shall name the City of Long Branch as additionally insured
and contain a clause providing the indemnification required by the section below entitled
"indemnification". The Certificate of Insurance furnished by the Contractor shall state specifically that
the indemnification required in the Indemnification section is provided by the policy(s).
Note that the City must have the bidder's insurance certificate prior to start of work under this
contract. The Contractor is also responsible for providing the City with all current insurance
certificates for subsequent work it does under this contract.
The minimum amounts of insurance to be carried by the Contractor for the life of this contract shall
be as follows:
Worker's Compensation and Employer Liability Insurance
The Contractor must have and maintain during the life of this contract adequate Worker's Compensation
and Employer Liability Insurance for all employees employed in connection with the work.
• Coverage A shall be New Jersey Statutory
• Coverage B (Employer Liability) shall be in the amount of $100,000 or unlimited as per
NJ Workmen's Compensation Law.
Page 5
Comprehensive General Liability
Minimum limits provided by the Contractor shall be:
• Bodily Injury (Bl): $1,000,000 each occurrence
• Property Damage (PD): $2,000,000 aggregate
Comprehensive Auto Liability
The Certificate of Insurance must indicate coverage of $1,000,000 Combined Single Limit for both owned
vehicles, and leased or hired vehicles.
Indemnification
To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City
of Long Branch, its agents, and employees, from and against all claims, damages, losses, and
expenses, including but not limited to attorney's fees, arising out of or resulting from the
performance of the work, provided that any such claim, damage, loss, or expense (a) is attributable
to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property
(other than the work itself), including the loss of use resulting therefrom, and (b) is caused in
whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party indemnified hereunder.
In any and all claims against the City of Long Branch, or any of their agents or employees, by any
employee of the Contractor, or any subcontractor, or anyone directly or indirectly employed by
any of them, or anyone for whose acts any of them may be liable, the indemnification obligation
under the first paragraph of this section shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for the Contractor, or any
subcontractor, under worker's or workmen's compensation acts, disability benefits acts, or any
other employee benefit acts.
The obligations of the Contractor under the first paragraph of this section shall not extend to
the liability of the City, its agents or employees, arising out of the preparation or approval of maps
drawings, opinions, reports, surveys, change orders, designs or specifications.
Payment
The Contractor must bill on a monthly basis, assuming any work was done that month. The
invoice must be calculated at the bid price per cubic yard, and detail by date the number of loads,
and size of each load. The invoice will be compared to the Outgoing Container Book at the
DPW Office for verification. To expedite payment, the Contractor should provide a signed City
voucher with each invoice.
In addition, in order to provide historical data for future contracts, the Contractor must provide
the Purchasing Office with the following data along with their invoice:
•
Estimated cubic yards of the pre-ground brush.
•
List by date the number of hours each day for grinding operation that month.
•
List by date the number of truckloads of chip transported, and the number of cubic
yards for each load.
Page 6
CITY OF LONG BRANCH
PROPOSAL
______________________________________________
Bidder's Name
Proposal for twenty-four-month contract to provide labor and equipment to single-grind
brush at the DPW Atlantic Avenue Yard, load into trailers or containers, transport and
dispose of resultant wood chips, in accordance with the bid specifications attached. Bid price
for entire scope of work to be calculated, on a cubic yard basis, for wood chips removed from
the DPW Yard.
Bid Price Per Cubic Yard of wood chips $___________
Total Bid Price for grinding, transport and disposal
of up to 25,000 Cubic Yards of Wood Chip $___________
____________________________________________________________________________
___
Total Bid Price in Words
Page 7
CITY OF LONG BRANCH
INFORMATION TO BIDDERS
1. Receipt of Bids
Sealed bids will be received by the City Clerk at the date, time, and location stated in the Notice
to Bidders. The bids shall be publicly opened and read aloud by the Purchasing Agent; or
designee.
2. Request for Bid Package
Prospective bidders may obtain a bid package by applying in person to the Purchasing
Department, Municipal Building, First Floor, 344 Broadway, Long Branch, during regular
business hours, or by requesting the bid package by phone or mail. The City will be responsible
for putting the package in the mail but assumes no responsibility for the bidder's receipt of same.
The City will not fax bid packages.
3. Form of Proposal
a.
No oral, telephone, telegraph faxed bids, bid documents, or bid modifications will be
accepted. Bid price must remain firm· for sixty (60) days from date of opening.
b. The Bid Proposal shall be enclosed in a sealed envelope, addressed to City of Long
Branch, Office of the City Clerk, 344 Broadway, Long Branch, NJ 07740, and bearing, on
the face of the envelope (1) the name and address of the bidder, and (2) clearly marked "BID",
with the bid title and/or bid #. The City will not be responsible for bids that are
misaddressed and therefore not delivered to the Office of the City Clerk prior to the
date and time of the bid opening. Such bids may be considered as late and, therefore,
returned unopened.
c.
All bids must be submitted on forms prepared by and available from the Purchasing
Department. All proposal forms must be filled out and signed in ink or ball point pen by a
person authorized to do so. Bid prices must be written in ink or typewritten. Any changes,
white-outs, strike-outs, etc. on the proposal page must be initialed in ink by the person
responsible for signing the bld.
d. Each bid proposal form -must give the full business name and address of the bidder, and
must be signed by an authorized representative. 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 it is incorporated, and must
contain the signature and designation of the president, secretary, or other person authorized
to bind the corporation in the matter. When requested, satisfactory evidence of the
authority of the officer signing shall be furnished.
e. The City may consider informal any bid not prepared and submitted in accordance with
the provisions hereof; may waive any informalities in the bids, and/or may reject any or all
bids if deemed in its best interest.
Page 8
4. Signature
Bids shall be signed with the full name of the bidder or an authorized agent of the bidder. If the
bidder is a corporation, the bid shall be signed by two properly authorized officers of the
corporation. The bid shall indicate whether the bidder is an individual, a partnership, or a
corporation.
In the case of a partnership, the full name of each individual partner shall be given. In case of a
corporation, the corporation name with the name of the State under which it is incorporated, and
the names of its officers shall be given.
5. Withdrawal of Bid
Sealed bids forwarded to the City before the time of the opening of the bids may be withdrawn upon
written application of the bidder who shall be required to produce evidence showing that the
individual is or represents the principal or principals involved in the bid. Once bids have been
opened, they must remain firm for a period of sixty (60) days.
6. Late Bids
It is the bidder's responsibility to see that its bid is presented to the City on the hour and at the
place designated in the Notice to Bidders. Bids may be hand delivered or mailed through U.S.
Postal Service or private delivery service; however, the City disclaims any responsibility for bids
forwarded by regular or overnight mail. If the bid is sent by overnight mail, the designation in
Section 2b, above, must also appear on the outside to the delivery company envelope. Bids
received after the designated time and date will not be considered, and will be returned to the
bidder unopened.
7. Obligation of Bidder
At the time of the opening of the bids, each bidder will be presumed to have read and to be
thoroughly familiar with the specifications and all contract documents. The failure or omission
of any bidder to receive any form, instrument, or document shall in no way relieve any bidder
from any obligation in respect to this Proposal.
8. Definition
The terms “bidder”, “ vendor", and "contractor", as mentioned in these specifications, shall be
considered to be synonymous.
9. Quantities
Quantities stated in these specifications are estimates of the City's needs. The City reserves the
right to increase or decrease quantities, or to completely eliminate any item or items, depending
upon its needs, and based on New Jersey Local Public Contracts Law.
10. Preference for Domestic Products
Pursuant to 40A:11-18 of the revised Statutes of the State of New Jersey, only manufactured
products of the United States, wherever available, shall be used in connection with this contract.
Bidders intending to claim domestic preference must submit with their bid documentation that
the products or goods being provided under this bid are solely made, manufactured, assembled in
the United States of America, including detail on the point of origin of the goods and/or all its
components. Additionally, the bidder must provide an affidavit certifying that the products
Page 9
or goods are American made or manufactured.
11. Brand Names
Brand names are mentioned for the purpose of setting a standard of comparison. Equivalent brands
will be accepted if, upon comparison, they prove to be equal. However, note of substitute brands
must be made on the Proposal Form. Otherwise, it will be assumed that the bidder will provide
the brand named in the specifications.
12. Delivery Cost and Terms
Unless otherwise stated in these specifications, the bid price(s) provided shall be inclusive of any
and all costs for packing, crating, containers, and transportation. All transportation charges shall
be fully prepaid by the contractor, with terms F.O.B. destination and placement at locations
specified by the City. As specified, placement may require inside deliveries. No additional
charges will be allowed for any transportation costs resulting from partial shipments made at the
contractor's convenience.
The contractor shall guarantee any or all materials and services supplied under these specifications.
Defective or inferior items shall be replaced at the expense of the contractor. In case of rejected
materials, the contractor will be responsible for return freight charges.
13. Variations to Specifications
For the purpose of evaluation, the bidder must indicate any variations to the specifications,
terms and/or conditions, no matter how slight. If no variations are stated on the Proposal Form,
it shall be construed that the bid fully complies with these specifications.
All proposals must be accompanied by product literature, brochures, and additional information as
may be necessary to evaluate the product being bid. Failure to provide this literature may be cause
for reject on of the bid.
14. Discrepancies in Bid
In the event there is a discrepancy in figures on the Proposal Form, the written figure, if
applicable, shall be considered the correct figure. In the event there is no written figure, the
unit price shall be considered correct.
15. Insurance
The contract shall maintain Workmen's Compensation, General Liability, and Automobile Liability
insurance coverage in amounts as required in the bid specifications and subject to City approval, and,
if requested, shall name the City as also insured.
16. Indemnification
The bidder, if awarded a contract, agrees to protect, defend, and save harmless the City, its agents,
servants, employees, and assigns against any damage for payment for the use of any patented
material process, article or devise that may enter into the manufacture, construction or form as
part of the work covered by either order or contract, and further agrees to indemnify and save
harmless the City, its agents, servants, employees, and assigns from suits or actions of every
nature and description brought against it, for, or on account of any injuries or damages received
or sustained by any party or parties by, or from any of the acts of the contractor, servants, or
agents. This indemnification and save harmless obligation shall include cost of providing for
defense of the City of Long Branch in any type of action filed against the City.
Page 10
17. Bid Security
Refer to the Checklist of Required Documents to determine whether bid security is required for this
proposal. The amount and type of bid security shall be as stated in the Notice to Bidders and the
advertisement. When required, bid security shall be in the form of a certified check, cashier’s check,
or surety bid bond, payable to the City of Long Branch.
The amount of bid security shall be ten percent (10%) of the total bid, but in no case more than
$20,000. If bid security is submitted in the form of a surety bid bond, the surety company shall be
licensed to conduct business in the State of New Jersey and listed on the current U.S. Treasury
Department Circular 570, “Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds.”
The bid security of the successful bidder shall be retained by the City until the bidder has executed
the Agreement and furnished all required contract security within ten (10) days of the issuance of
the Notice of Award. Failure to do so may result in forfeiture of the bid security.
Bid security will be returned to all bidders except the three (3) apparent lowest responsible bidders
within ten (10) working days after the opening of bids, and to the remaining bidders within three (3)
working days after execution of the contract by the successful bidder.
If no contract has been executed within sixty (60) days after the opening of bids, the bid security
shall be returned upon written request of any bidder, provided the bidder has not been notified of
acceptance of its bid.
18. Consent of Surety
The consent of surety form shall be returned with the bid proposal if the contract documents require
a performance bond. Consent of surety which reserves any right for the surety, after the award of
the contract to the bidder, to decline to issue the performance bond will not be accepted. Bids
accompanied by such consent of surety will be rejected.
19. Performance Bond
When required as part of the contract documents, the awarded vendor shall within ten (10) days
after the award of the contract, obtain, pay for and deliver to the City of Long Branch, a performance
bond for one hundred percent (100%) of the total contract sum satisfactory to the City and executed
by a surety company licensed to do business in the State of New Jersey. Such a bond shall bear the
same date as, or dates subsequent to, the date of the contract. The said bond shall assure fulfillment
of the contract in all respects and shall provide for payment in the event of the contractor’s failure
to perform all of its obligations according to the contract and make full reimbursement to the City
of Long Branch for all expenses incurred in making good any default. This bond shall also contain
a waiver of notice being required for alternations, additions, deductions, extensions of time or other
modifications of the contract as ordered.
20. Public Disclosure
Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be
awarded any State, Municipal, or School District contract for performance of any work or the
furnishing of any materials or supplies, unless prior to the receipt of the bid or accompanying
the bid of said corporation or partnership there is submitted a statement. The statement shall set
forth the names and addresses of all stockholders in the corporation or partnership who own ten
percent or more of its stock of any class, or of all individual partners in the partnership who own
a ten percent or greater interest therein. In accordance with New Jersey Statute, failure to
supply this information with your proposal will result in rejection of the bid.
Page 11
21. Non-Collusion Affidavit
The bidder must submit with its proposal the attached affidavit of non-collusion, which must be
signed and notarized. Failure to include this executed form with your bid proposal will
result in rejection of the bid.
22. Acknowledgement of Receipt of Addenda
Any necessary addenda to this specification will be delivered to all prospective bidders by fax
and/or mail within the timeframe allowable by law. Bidders must complete. Acknowledge of
Receipt of Addenda form provided in the bid package. In accordance with New Jersey
Statute, failure to include this executed form with your bid proposal will result in
rejection of the bid.
23. Business Registration
.
Pursuant to P.L. 2004, c.57, all bidders submitting a proposal to the City shall include proof of
business registration with the State of New Jersey, Division of Revenue and Enterprise Services,
in the form of a valid Business Registration Certificate (BRC).
The BRC must be submitted with the bid. Failure to include a valid BRC with the bid submission
shall result in rejection of the bid as non-responsive.
The successful bidder shall be required to maintain a valid BRC for the duration of the contract.
This requirement applies to the contractor and all subcontractors, as applicable.
Information regarding business registration may be obtained at:
https://www.nj.gov/treasury/revenue/
24. Public Works Contractor's Registration
In accordance with N.J.S.A. 34:11-56.48 et seq., all contractors and subcontractors performing
work on contracts classified as public works shall be registered with the New Jersey Department
of Labor and Workforce Development, Division of Wage and Hour Compliance, Public Works
Contractor Registration Section.
Each bidder shall submit a copy of a valid Public Works Contractor Registration Certificate with
the bid proposal.
Bids submitted by contractors not properly registered at the time of bid submission shall be
rejected.
The City will not award a contract until all required registrations are received and verified by the
State of New Jersey. Contractors shall maintain valid registration throughout the term of the
contract.
25. Prevailing Wages (WHEN APPLICABLE)
Pursuant to NJSA 34:11-56.25 et seq. successful bidders on projects for public works shall adhere
Page 12
to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to
submit a certified payroll record. Such certified payroll record must be submitted within ten (10)
days of the payment of wages. The contractor is also responsible for obtaining and submitting all
subcontractors’ certified payroll records within the aforementioned time period. The contractor
shall submit said certified payrolls in the form set forth in NJAC 12:60-6.1(c). It will be the
contractor’s responsibility to obtain any additional copies of the certified payroll form to be
submitted by contacting the Office of Administrative Law, CN 049, Trenton, New Jersey 08625
or the New Jersey Department of Labor, Division of Workplace Standards. Labor Laws.
26. Americans with Disabilities Act (ADA)
Discrimination on the basis of disability in contracting for the purchase of goods and services is
prohibited. The successful bidder shall comply with the Americans with Disabilities Act of 1990,
as amended (42 U.S.C. §12101 et seq.), including Title II and all applicable implementing
regulations.
By submission of a bid, the bidder certifies that it has read and understands the ADA
requirements and agrees that such provisions are made a part of the contract. The successful
bidder shall take all actions necessary to ensure compliance with the Act and shall indemnify and
hold harmless the City from any claims arising out of the contractor’s failure to comply with
ADA requirements.
27. Affirmative Action Requirements
The bidder agrees to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27,
as amended, relating to Equal Employment Opportunity and Affirmative Action.
The successful bidder shall submit one of the following documents prior to contract award:
A valid Certificate of Employee Information Report, or
A completed Employee Information Report (Form AA-302).
The bidder further agrees to comply with the Mandatory Equal Employment Opportunity
Language, which shall be incorporated into the contract documents by reference. Failure to
comply with these requirements shall be cause for rejection of the bid or termination of the
contract.
28. Acceptance of Bid and Its Effect
Within sixty (60) days after the opening of the bids, the City will act upon them. The acceptance
of a bid will be given to the successful bidder by formal written notice of action taken by the Long
Branch City Council. No other act of the City or any official shall constitute the acceptance of a
bid. The acceptance of a bid shall bind the successful bidder to execute the contract and to be
responsible for liquidated damages as hereinafter provided. The rights and obligations provided
for in the contract shalt become effective and binding upon the parties only with its formal
execution of agreement of contract. Acceptance of a bid as provided herein shall constitute the
award of the contract.
29. Bidder's Hearing
In the event that a bid is to be rejected, the bidder will be notified of the proposed action in
writing by the Purchasing Agent, and afforded the right to a Hearing before the City's Hearing
Officer. The Hearing Officer will make a recommendation to Council based upon the information
gathered at the Hearing. Should the bidder fail to request a hearing, it will be barred from
challenging the award of the bid.
Page 13
30. Award of Bid
Award of this bid is subject to availability of funds. The City reserves the right to award the bid
on a line item or lump sum basis, or to reject all bids, if deemed in its best interest. In the event
of equal or tie bids, the City reserves the right to award, at its discretion, to any one of the tie
bidders.
31. Time for Executing the Contract
The bidder whose bid shall be accepted will be required to execute a contract within fifteen (15) days
after the notice that his Proposal has been accepted. Failure or neglect to execute the Contract within
the said period shall constitute a breach of the agreement effected by the acceptance of the bid and
the Proposal security shall thereupon become forfeited. The provisions contained in the said
contract shall be considered a part of the Specifications.
32. Liquidated Damages for Failure to Enter Into Contract
The successful bidder, upon its failure or refusal to execute and deliver the Contract and Bonds
required within fifteen (15) days after he has received notice of acceptance of his bid, shall
forfeit to the City as liquidated damages for such failure or refusal, the proposal security
deposited with its bid.
33. Assignment or Subletting of Contract
The contractor may not assign or sublet this contract, in whole or in part, without prior express
written approval of the City Business Administrator.
34. Tax Exemption
The City of Long Branch is exempt from all Federal and State excise, sales, and other taxes. Tax
ID number is available upon request to the Comptroller's Office.
35. Contract Forms
Incorporated into this bid package is a sample of the City's standard contract form. All prospective bidders
should familiarize themselves with this form in the event they are awarded the bid.
36. Time of Payment
The City shall make payment for all goods and/or services provided under this bid within forty-five (45) days
after delivery of any purchase, upon request to the Finance Department for payment in the form of signed
voucher and a detailed invoice.
37. Payment Requests - Construction Contracts
Pursuant to N.J.S.A. 2A:3OA-11 et. seq., better known as the ''Prompt Payment Law", all
contractors for "Public Works" projects, are required to use the following procedures in
submitting bills, invoices, and/or requests for payment:
a. In order for payment to be made in a timely manner, any bill, invoice and/or request
for payment must be received by the City, or its agent, no later than thirty (30)
Page 14
calendar days prior to the Council Meeting in which you are requesting payment be
approved and made. If a Contractor is unable to make a payment request in this
time frame, said payment (if approved} will be made at the next regularly scheduled
public meeting of the Long Branch City Council. Council Meetings are scheduled
for the second and fourth Wednesday of each month (holidays accepted).
b. In the event that a regularly scheduled meeting of the Council is cancelled due to
severe weather, lack of quorum, emergency, and/or any other reason, all requested
payments will be postponed until the subsequent meeting of the City Council.
c. From the date that the payment request is received, the City will have twenty (20) calendar
days to approve, deny, or partially withhold payments. If the request is approved, payment
will be made in accordance with the Council Meeting schedule above. If the request ls
denied or partially withheld, the City, or its Project Consultant, will immediately notify
the Contractor in writing of the reason for the denial. Payment will not be made until all
errors or omissions have been corrected to the satisfaction of the City.
d. Unless otherwise indicated at the pre-construction meeting, all requests for payment must be
presented to the City's Project Consultant (engineer, architect, or other professional designated
by the City to perform project oversight). That Consultant will be responsible for reviewing
the payment request and either approving same and forwarding to the City Comptroller for
payment processing, or denying the payment and notifying the Contractor, in writing, of the
deficiencies. City Comptroller must be copied on all correspondence relating to payments.
e. If the Contractor's payment request for payment is approved, but the Comptroller's Office
has not received the required Prevailing Wage Documentation, either prior to or with the
payment request, payment request will be denied as incomplete and the Contractor notified
in writing of the deficiency. Processing wilt not be completed until the deficiency is corrected
as required by law, and until the next regularly scheduled Council Meeting.
f. In utilizing a Consultant for administration of a municipal project, said Consultant agrees to
be held to the same payment processing requirements under the "Prompt Payment Law”
as the City. The Consultant acknowledges that it has read and is familiar with this law, and
with the provisions of Section 37 of these bid specifications. Any penalties assessed to the
City as a result of the Consultant not abiding by the specification procedure or the law shall
be deducted from their total contract amount due. The Consultant further agrees to
indemnify and hold the City harmless from all c onsequences of their having not processed
requests for payment in a timely manner pursuant to the law or these specification
requirements.
38. Material Safety Data Sheets
In accordance with Workers and Community Right to Know Act (N.J.S.A. 34:5A-1 et. seq.) the
State Department of Health has adopted a Workplace Hazardous Substance List (N.J.A.C. 8:59-
9), which includes 2051 substances that pose a threat to the health and safety of employees.
Therefore, under the provisions of N.J.A.C. 8:59-7, each bidder must furnish the City of Long
Branch with an MSDS (Material Safety Data Sheet) for each product they supply to the City
which contains a substance listed on the Hazardous Substance List (N.J.A.C. 8:59-9). These
MSDS must be submitted to the City of Long Branch upon award of bid and signing of the
contract documents. The City of Long Branch reserves the right to request a copy of the
applicable MSDS be forwarded to the appropriate department with the delivery of each product.
Furthermore, under the provisions of N.J.A.C. 8:59-9, each product shall have a label affixed or
stenciled onto any container that contains such substances and is going to be supplied to the City.
Page 15
39. Non-Appropriation of Funds
In accordance with New Jersey Statutes, multi-year contracts, and contracts whose term encompasses
more than one fiscal year, are awarded based upon certification of adequate funds in the current
budget year, with continuation of the contract contingent upon provision of additional funds in
future year budgets.
If, in fact, due to budget constraints, the City determines that it cannot continue the contract beyond
the period for which funds were certified, it will give the contractor sixty (60) days written notice of
its intent to cancel the contract. There may be no penalty to the City for cancellation of the contract
due to non-appropriation of funds.
40. Disclosure of ·Contributions to ELEC
Contractors are advised of the responsibility to file an annual disclosure statement on political
contributions with the New Jersey Election Enforcement Commission, pursuant to N.J.S.A.
19:44-20.13 (P.L. 2005, c, 271, s.3), if the contractor receives contracts in excess of $50,000 in the
aggregate from public entities in a calendar year. It is the contractor's responsibility to determine
if filing is necessary. The report is due September 28, 2025 for the 2024 calendar year, and March
30 of each subsequent year for reporting for prior year contracts. Additional information on this
requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.
41. Requirements for Federally Funded Bids/Contracts
If the contract resulting from this bid is paid for, in whole or in part, through Federal funds, if
applicable, the Contractor must comply with Federal provisions of anti-discrimination laws,
including 49 U.S.C. § .5332, Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. §§
2000d et. seq., US DOT regulations 'Nondiscrimination in Federally Assisted Programs of the
Department of Transportation-Effectuation of Title VI of the Civil Rights Act,' 49 C.F.R. Part
21 and Federal Transit Administration Circular 4702.1A; all equal employment opportunity
(EEO) provisions of49U.s.c. § 5332, with Title VII of the Civil Rights Act of 1964, as amended,
42 U.S.C. §§ 2000e et, seq., and implementing Federal regulations and any later amendments
thereto, as well as all applicable Federal EEO directives.
Page 16
BID DOCUMENT SUBMISSION CHECKLIST
CITY OF LONG BRANCH
BRUSH GRINDING
2026-02
(Project Name)
(Project or Bid Number)
The bid document is to be returned in the exact same page order that it was received in.
A. Failure to submit the following documents is a mandatory cause for the bid to be rejected.
(N.J.S.A. 40A:11-23.2)
Required with Submission
Initial each item
Of Bid Submitted with Bid
(City’s checkmarks)
(Initial each item)
√
A bid guarantee as required by N.J.S.A. 40A:11-21
√
A certificate from a surety company, pursuant to N.J.S.A. 40A:11-22
√
A listing of subcontractors as required by N.J.S.A. 40A:11-16
√
If applicable, bidder’s acknowledgement of receipt of any notice(s) or revision(s)
or addenda to an advertisement, specifications or bid document(s)
√
Corporate Disclosure Statement
B. Failure to submit the following documents may be a cause for the bid to be rejected.
(N.J.S.A. 40A:11-23.1b.)
Required with
submission of bid
(City’s checkmarks)
Initial each item
submitted with bid
(Bidder’s initials)
Required with
submission of bid
(City’s checkmarks)
Initial each item
submitted with bid
(Bidder’s initials)
√
A Bid Proposal Form
√
Affirmative Action Requirements
√
Bidder’s Qualification Sheet
√
Bidders Personnel
√
Checklist of required
documents signed below
√
Submission of a Non-Collusion
Affidavit (this form must be
Notarized)
√
Experience Sheet
√
Resolution of Authorization if
Bidder is a Corporation
√
A Business Registration
Certificate
√
Certification of Bidder showing
that Bidder owns, leases or controls
any necessary equipment
√
American with Disabilities
√
Corporate Resolution (if applicable)
√
Proof of Insurance
√
Disclosure of Investment Activities
in Iran
√
Certification of Non-Involvement
in Prohibited Activities in Russia or
Belarus
Page 17
CITY OF LONG BRANCH
PROPOSAL FORM
Proposal of:.............................................................................................................
Address:..................................................................................................................
................................................................................................................................
................................................................................................................................
In accordance with the Notice to Bidders advertisement of the City of Long Branch inviting Proposals for:
Twenty-Four (24) Month Contract for On-Site Grinding, Transport, and Disposal of
Brush at the Atlantic Avenue Public Works Yard # 2026-02
in conformity with the attached specifications, I/we hereby certify that I am/we are the only person(s) with interest in this
Proposal as principal(s), that it is made without collusion with any person, firm or corporation, that an examination has been
made of the specifications, and that the equipment/materials/services will be delivered/performed within the time specified, at
the bid prices detailed on the Proposal Form following.
Accompanying this Proposal is Bid/Proposal Security in the form of a Bid Bond (...), Certified or Cashier’s Check (...) Payable to
the order of the City of Long Branch in the sum of $________________, which the undersigned agrees is to be forfeited as
liquidated damages, and not as a penalty, if the Contract is awarded to the undersigned and the undersigned shall fail to execute
the contract for the project, or to furnish within the stipulated time, the Performance or Contract Bond, if required in the
specifications. Otherwise, the Bid Security will be returned to the undersigned.
If required in the Notice to Bidders and specifications, also accompanying this proposal is a Consent of Surety from a surety
company guaranteeing that it will provide the Performance Bond if the undersigned is awarded the contract.
Page 18
PROPOSAL FORM
(Cont’d)
The undersigned is an/a (....) individual, (....) partnership, (....) corporation organized under the laws of the State of
_________________, having its principal offices at:
__________________________________________________ ______________
Phone Number:______ ________ _______Fax Number:_____ _____________
Trade Name of Bidder:______________________________________________
Federal I.D. # or Social Security #:_____________________________________
1. Signature:______________________________________________________
Name:_________________________________________________________
Title:___________________________________________________________
2. Signature:______________________________________________________
Name:_________________________________________________________
Title:___________________________________________________________
3. Signature:______________________________________________________
Name:_________________________________________________________
Title:___________________________________________________________
Signed this__________ day of _________________, 20___.
Note: If a partnership all partners must sign. If a corporation, two properly authorized officers must sign. If a proprietorship,
the proprietor must sign. Proposals signed by an agent must be accompanied by a Power-of-Attorney for the Principal or
Principals involved. Attach additional signature sheets in the above form if necessary.
Page 19
BIDDERS QUALIFICATION STATEMENT
1.
How many years have you been in business under your present business name?
_______________________________________________________________
2.
Have you, your organization, partners or officers failed to complete a municipal
contract or defaulted under any such contract? If yes, please explain and list the
municipality involved. (Attach a separate sheet, if necessary.)
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
3.
Did you, your organization, partners or officers ever withdraw your bid after
being designated the highest bidder on a municipal contract? If yes, please
explain. (Attach a separate sheet, if necessary.)
______________________________________________________________
______________________________________________________________
______________________________________________________________
______________________________________________________________
4.
Have you, your organization, partners, or officers been a party to any law suits
or legal actions, whether of a civil or criminal nature, arising out of or involving
bid contracts or the performance thereof? If so, give details and disposition of
the matter.
______________________________________________________________
______________________________________________________________
______________________________________________________________
______________________________________________________________
5.
Are there any unsatisfied judgments recorded against you, your organization,
partners, or officers? If so, give details, including the name and the address
of each judgment creditor and the amount of each judgment.
______________________________________________________________
______________________________________________________________
______________________________________________________________
______________________________________________________________
6.
The period of time you, your organization has been continuously engaged in this
type of development, operation and maintenance program in New Jersey under
the name in which the proposal is submitted.
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
Any information submitted in the Bidder’s Qualification sheet which is false or misleading may be grounds for disqualification
of the bidder and rejection to his bid.
Page 20
EXPERIENCE SHEET
NOTE:
The bidder is required to submit below detailed evidence that he/she is a competent
organization which has constructed work similar in amount, value, cost character and
proportions, and the necessary financial resources to perform the work in a satisfactory
manner.
Year
Type of Work
Contract
Amount
Name & Address
of City (other organization)
BIDDER
BY
TITLE
Page 21
AMERICANS WITH DISABILITIES ACT
Equal Opportunity for Individuals with Disabilities
The Contractor and the City of Long Branch do hereby agree that the provision of Title II of the Americans With Disabilities Act
of 1990 (the “Act”) (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all
services, programs and activities provided or made available by public entities, and the rules and regulations promulgated
pursuant thereunto, are made a part of this contract. In providing any aid, benefit or service on behalf of the City 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 City in any action or administrative proceeding commenced
pursuant to this Act. The Contractor shall indemnify, protect and save harmless the City, 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 form such action or administrative proceeding or incurred in
connection therewith. In any and all complaints brought pursuant to the City grievance procedure, the Contractor agrees to
abide by any decision of the City which is rendered pursuant to said grievance procedure. If any action or administrative
proceeding results in an award of damages against the City or if the City 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 City shall, as soon as practicable after a claim has be 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 City or any of
its agents, servants, and employees, the City shall expeditiously forward or have forwarded to the Contractor every demand,
complaint, notice, summons, pleading or other process received by the City or its representatives.
It is expressly agreed and understood that any approval by the City 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 City pursuant to this paragraph.
It is further agreed and understood that the City 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 City from taking any other actions available to it under any other provisions of this agreement or
otherwise by law.
________________________________________
___________________________________
Signature
Date
Page 22
AFFIRMATIVE ACTION CERTIFICATION
If awarded a contract, all procurement and service contractors will be required to comply with the requirements of N.J.S.A.
10:5-31 et seq. (P.L.1975,C.127) N.J.A.C. 17:27. Within seven (7) days after receipt of the notification of intent to award the
contract or receipt of the contract, whichever is sooner, the contractor should present one of the following to the Purchasing
Agent:
1. A photocopy of a valid letter from the U.S. Department of Labor that the contractor has an existing
federally approved or sanctioned Affirmative Action Plan (good for one year from the date of letter).
OR
2. A photocopy of their approved Certificate of Employee Information Report.
OR
3. An Affirmative Action Employee Information Report (Form AA302)
OR
4. All successful construction contractors must submit within three days of the signing of the contract an Initial
Project Manning Report (AA201) for any contract award that meets or exceeds the Public Agency bidding
threshold (available upon request).
NO FIRM MAY BE ISSUED A CONTRACT UNLESS IT COMPLIES WITH THE AFFIRMATIVE ACTION
REGULATIONS OF N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27.
The following questions must be answered by all bidders:
1. Do you have a federally approved or sanctioned Affirmative Action Program?
YES_____
NO____
If yes, please submit a copy of such approval.
2. Do you have a State Certificate of Employee Information Report Approval?
YES_____
NO____
If yes, please submit a copy of such certificate.
The undersigned contractor certifies that he is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31 et
seq (P.L.1975,c.127) and agrees to furnish the required documentation pursuant to the law.
COMPANY: _____________________________
SIGNATURE: ________________________________
TITLE: __________________________________
Note: a contractor’s bid must be rejected as non-responsive if a contractor fails to comply with
Requirements of N.J.S.A. 10:5-31 et seq, within the time frame.
Page 23
BIDDERS PERSONNEL
NOTE: Give the names of all officers of corporation
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
NOTE: Give the name of the executive who will give personal attention to work whenever required.
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
NOTE: List name and relations to any City of Long Branch, Board Member or Council.
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
Page 24
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY
§:
COUNTY OF
I,
of the
of
in the County of
in the State of
being of full age, and being duly sworn according to law on my oath depose
and say that:
I am
of the firm of
The Bidder making the proposal for the above named project, attests that they execute the said proposal with 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
City of Long Branch relies upon the truth of the statements contained in said proposal and in the statements
contained in this affidavit in awarding the contract for said project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon
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
(N.J.S.A. 52:34-15)
NAME OF CONTRACTOR
Subscribed and sworn to
Before me this
day
(Also type or print name of affiant
Of
20
under signature)
NOTARY PUBLIC OF
My Commission Expires
Page 25
RESOLUTION OF AUTHORIZATION IF BIDDER IS A CORPORATION
RESOLVED that
be authorized to sign and submit the bid or proposal of
this corporation for this project, and to include in such bid or proposal the certificate as to non-collusion as the act
and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall
be liable under the penalties of perjury. If awarded the contract(s), said individual is also authorized to sign and execute
the Contract Agreement as the act and deed of such corporation.
The foregoing is a true and correct copy of the resolution adopted by
at a meeting of its
Board of Directors held on
day of
, 20
.
SEAL OF CORPORATION
Secretary
MAILING ADDRESS
The terms used in this bid, which are defined in the General Conditions of the Construction Contract included as part of the
Contract Documents, have the meanings assigned to them in the General Conditions.
SUBMITTED on
, 20
Page 26
CERTIFICATE OF EQUIPMENT
(Name of Bidder) hereby certifies that the Bidder(s) is or are the
owner or lessee of the equipment necessary for the execution of this contract, and further certify that the Bidder(s) is or are
fully prepared with the necessary capital, material and machinery to conduct this work as herein specified. The equipment
available for the execution of the contract is listed below:
Quantity
Description & Capacity
Year
Condition
BIDDER
BY
TITLE
Page 27
RESOLUTION OF AUTHORIZATION IF BIDDER IS A CORPORATION
RESOLVED that
be authorized to sign and submit the bid or proposal of
this corporation for this project, and to include in such bid or proposal the certificate as to non-collusion as the act
and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall
be liable under the penalties of perjury. If awarded the contract(s), said individual is also authorized to sign and execute
the Contract Agreement as the act and deed of such corporation.
The foregoing is a true and correct copy of the resolution adopted by
at a meeting of its
Board of Directors held on
day of
, 20
.
SEAL OF CORPORATION
Secretary
MAILING ADDRESS
The terms used in this bid, which are defined in the General Conditions of the Construction Contract included as part of the
Contract Documents, have the meanings assigned to them in the General Conditions.
SUBMITTED on
, 20
Page 28
CITY OF LONG BRANCH
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
PART 1: CERTIFICATION
BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX.
FAILURE TO CHECK EITHER BOX WILL RENDER THE PROPOSAL NON-RESPONSIVE.
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the
certification below to attest, under penalty of perjury, that neither the person 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
http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below certification. Failure to complete the
certification will render a bidder’s proposal non-responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate
and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking
debarment or suspension of the party.
PLEASE CHECK EITHER BOX:
I certify, pursuant to Public Law 2012, c. 25, that neither the person/entity listed above nor any of the entity’s parents,
subsidiaries, or affiliates is listed on the N.J. Department of the Treasury’s list of entities determined to be engaged in prohibited activities in Iran pursuant
to P.L. 2012, c. 25 (“Chapter 25 List”). I further certify that I am the person listed above, or I am an officer or representative of the entity listed above and am authorized
to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification
OR
I am unable to certify as above because I or the bidding entity and/or one or more of its parents, subsidiaries, or affiliates is listed
on the Department’s Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below 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 assessed 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 or affiliates, engaging in
the investment activities in Iran outlined above by completing the boxes below.
PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE
ADDITIONAL ENTRIES, USE ADDITIONAL PAGES
Name:
Relationship to
Bidder/Vendor:
Description of Activities:
Duration of Engagement:
Anticipated Cessation Date
Bidder/Vendor
Contact Name:
Contact Phone Number:
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 the
City of Long Branch is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification
through the completion of contracts with the City of Long Branch to notify the City of Long Branch 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 agreements(s) with the City of Long Branch and that the City of
Long Branch at its option may declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Signature:
Title:
Date:
Bidder/Vendor:
Page 29
CERTIFICATION OF NON‐INVOLVEMENT IN
PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS
Pursuant to N.J.S.A. 52:32-60.1, et seq. (L.2022,c.3) any person or entity (hereinafter “Vendor”) that seeks to enter into or
renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other obligations,
must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control
(OFAC) Specially Designated Nationals and Blocked Persons list, available here: https//sanctionsearch.ofac.treas.gov/. if
the Department of Treasury fins that a Vendor has made a certification in violation of the law, it shall take any action as may
be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance,
recovering damages declaring the party in default and seeking debarment or suspension of the party.
I, the undersigned, certify that I have read the definition of “Vendor” below, and have reviewed the Office of Foreign Assets
Control (OFAC) Specially Designated Nationals and Blocked Persons list, and having done so certify:
CHECK THE APPROPRIATE BOX
That the vendor is not identified on the OFAC Specially Designated Nationals and Blocked Persons list
on account of activity related to Russia and/or Belarus.
OR
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list on account of activity related to Russia and/or Belarus
OR
That I am unable to certify as to “A” above, because the Vendor is identified on the OFAC Specially
Designated Nationals and Blocked Persons list. However, the Vendor is engaged in activity related to
Russia and/or Belarus consistent with federal law, regulation, license or exemption. A detailed description
of how the Vendor’s activity related to Russia and/or Belarus is consistent with federal law is set forth
below.
Signature of Vendor’s Authorized Representative
Date
Print Name and Title of Vendor’s Authorized Representative
Vendor’s FEIN
Vendor Name
Vendor’s Phone Number
Vendor’s Address (Street Address)
Vendor’s Fax Number
Vendor’s Address (City/State/Zip Code)
Vendor’s Email Address
1 Vendor means: (1) A natural person, corporation, company, limited partnership, limited liability partnership, limited liability company, business association,
sole proprietorship, joint venture, partnership, society, trust, or any other nongovernmental entity organization, or group; (2) Any governmental entity or
instrumentality of a government, including a multilateral development institution, as defined in Section 1701(‘c)(3) of the International Financial Institutions
Act, 22 U.S.C. 262r(‘c)(3); or (3) Any parent, successor, subunit direct or indirect subsidiary, or any entity under common ownership or control with, any
entity described in paragraph (1) or (2)
Page 30
EXHIBIT B
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L.1975, c.127)
N.J.A.C. 17:27-1.1 et seq.
CONSTRUCTION CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation,
gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and
gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such
applicants in recruitment and employment, and that employees are treated during employment, without regard to their
age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the
following: employment, 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 or worker’s representative of the
contractor's commitments under this act and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulation’s promulgated by the
Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans
with Disabilities Act.
When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good
faith efforts to employ minority and women workers in each construction trade consistent with the targeted
employment goal prescribed by N.J.A.C. l7:27-7.2; provided, however, that the Dept. of LWD, Construction EEO
Monitoring Program, may, in its discretion, exempt a contractor or subcontractor from compliance with the good faith
procedures pre-scribed by the following provisions, A, B, and C, as long as the Dept. of LWD, Construction EEO
Monitoring Program is satisfied that the contractor or subcontractor is employing workers provided by a union which
provides evidence, in accordance with standards prescribed by the Dept. of LWD, Construction EEO Monitoring
Program, that its percentage of active “card carrying” members who are minority and women workers is equal to or
greater than the targeted employment goal established in accordance with N.J.A.C. 17:27-7.2. The contractor or
subcontractor agrees that a good faith effort shall include compliance with the following procedures:
Page 31
(A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction
trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances
from the union that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action
obligations under this contract and in accordance with the rules promulgated by the Treasurer pursuant to
N.J.S.A. 10:5-31 et. seq., as supplemented and amended from time to time and the Americans with Disabilities
Act. If the contractor or subcontractor is unable to obtain said assurances from the construction trade union
at least five business days prior to the commencement of construction work, the contractor or sub-contractor
agrees to afford equal employment opportunities minority and women workers directly, consistent with this
chapter. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of
whether the union has provided said assurances, indicates a significant possibility that the trade union will not
refer sufficient minority and women workers consistent with affording equal employment opportunities as
specified in this chapter, the contractor or subcontractor agrees to be prepared to provide such opportunities
to minority and women workers directly, consistent with this chapter, by complying with the hiring or
scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take
said action immediately if it determines that the union is not referring minority and women workers consistent
with the equal employment opportunity goals set forth in this chapter.
(B) If good faith efforts to meet targeted employment goals have not or cannot be met for each construction trade
by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or
arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following
actions:
(l)
To notify the public agency compliance officer, the Dept. of LWD, Construction EEO Monitoring
Program, and minority and women referral organizations listed by the Division pursuant to N.J.A.C.
17:27-5.3, of its workforce needs, and request referral of minority and women workers;
(2)
To notify any minority and women workers who have been listed with it as awaiting available vacancies;
(3)
Prior to commencement of work, to request that the local construction trade union refer minority and
women workers to fill job openings, provided the contractor or subcontractor has a referral agreement
or arrangement with a union for the construction trade;
(4)
To leave standing requests for additional referral to minority and women workers with the local
construction trade union, provided the contractor or subcontractor has a referral agreement or
arrangement with a union for the construction trade, the State Training and Employment Service and
other approved referral sources in the area;
(5)
If it is necessary to lay off some of the workers in a given trade on the construction site, layoffs shall
be conducted in compliance with the equal employment opportunity and non-discrimination standards
set forth in this regulation, as well as with applicable Federal and State court decisions;
(6)
To adhere to the following procedure when minority and women workers apply or are referred to the
contractor or subcontractor:
(i)
The contactor or subcontractor shall interview the referred minority or women worker.
(ii)
If said individuals have never previously received any document or certification signifying a
level of qualification lower than that required in order to perform the work of the construction
trade, the contractor or subcontractor shall in good faith determine the qualifications of such
Page 32
individuals. The contractor or subcontractor shall hire or schedule those individuals who satisfy
appropriate qualification standards in conformity with the equal employment opportunity and
non-discrimination principles set forth in this chapter. However, a contractor or subcontractor
shall determine that the individual at least possesses the requisite skills, and experience
recognized by a union, apprentice program or a referral agency, provided the referral agency is
acceptable to the Dept. of LWD, Construction EEO Monitoring Program. If necessary, the
contractor or subcontractor shall hire or schedule minority and women workers who qualify as
trainees pursuant to these rules. All of the requirements, however, are limited by the provisions
of (C) below.
(iii)
The name of any interested women or minority individual shall be maintained on a waiting list,
and shall be considered for employment as described in (i) above, whenever vacancies occur.
At the request of the Dept. of LWD, Construction EEO Monitoring Program, the contractor
or subcontractor shall provide evidence of its good faith efforts to employ women and
minorities from the list to fill vacancies.
(iv)
If, for any reason, said contractor or subcontractor determines that a minority individual or a
woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the
contractor or subcontractor shall inform the individual in writing of the reasons for the
determination, maintain a copy of the determination in its files, and send a copy to the public
agency compliance officer and to the Dept. of LWD, Construction EEO Monitoring
Program.
(7)
To keep a complete and accurate record of all requests made for the referral of workers in any trade
covered by the contract, on forms made available by the Dept. of LWD, Construction EEO Monitoring
Program and submitted promptly to the Dept. of LWD, Construction EEO Monitoring Program upon
request.
(C)
The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or
subcontractor from complying with the union hiring hall or apprentice-ship policies in any applicable collective
bargaining agreement or union hiring hall arrangement, and, where required by custom or agreement, it shall
send journeymen and trainees to the union for referral, or to the apprenticeship program for admission,
pursuant to such agreement or arrangement. However, where the practices of a union or apprenticeship
program will result in the exclusion of minorities and women or the failure to refer minorities and women
consistent with the targeted county employment goal, the contractor or subcontractor shall consider for
employment persons referred pursuant to (B) above without regard to such agreement or arrangement;
provided further, however, that the contractor or subcontractor shall not be required to employ women and
minority advanced trainees and trainees in numbers which result in the employment of advanced trainees and
trainees as a percentage of the total workforce for the construction trade, which percentage significantly exceeds
the apprentice to journey worker ratio specified in the applicable collective bargaining agreement, or in the
absence of a collective bargaining agreement, exceeds the ratio established by practice in the area for said
construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B)
above, it shall, where applicable, employ minority and women workers residing within the geographical
jurisdiction of the union.
After notification of award, but prior to signing a construction contract, the contractor shall submit to the
public agency compliance officer and the Dept. of LWD, Construction EEO Monitoring Program an initial
project workforce report (Form AA-201) electronically provided to the public agency by the Dept. of LWD,
Construction EEO Monitoring Program, through its web-site, for distribution to and completion by the
Page 33
contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of the Monthly
Project Workforce Report once a month thereafter for the duration of this contract to the Dept. of LWD,
Construction EEO Monitoring Program, and to the public agency compliance officer.
The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary,
for on-the-job and/or off-the job programs for outreach and training of minorities and women.
(D)
The contractor and its subcontractors shall furnish such reports or other documents to the Dept. of LWD,
Construction EEO Monitoring Program as may be requested by the Dept. of LWD, Construction EEO
Monitoring Program from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be re-quested by the Dept. of LWD, Construction EEO
Monitoring Program for conducting a compliance investigation pursuant to N.J.A.C. 17:27-1.1 et seq.
____________________________________________________
_________________
Signature
Date
Name and Title of Signer (Please Print or Type)
For construction contracts, Form (A.A. 201) - Initial Project Workforce Report- Construction must be
submitted at the time of Award. If the construction contractor does not submit the Initial Project Workforce Report-
Construction (A.A. 201) within the required time period the Owner may extend the time period to the fourteenth
calendar day.
If by the fourteenth calendar day the Contractor does not submit the Affirmative Action Document, the Owner
must declare the contractor as being non-responsive and award the contract to the next lowest responsible bidder.
IMPORTANT: This form must be completed by Bidder
Page 34
STATEMENT OF OWNERSHIP
(OWNERSHIP DISCLOSURE CERTIFICATION)
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 Included with
All Bid and Proposal Submissions
Name of Business: ______________________________________________________
Address of Business: ____________________________________________________
Name of person completing this form: ______________________________________
N.J.S.A. 52:25-24.2:
"No corporation, partnership, or limited liability company shall be awarded any contract nor shall any agreement be
entered into for the performance of any work or the furnishing of any materials or supplies, unless prior to the
receipt of the bid or proposal, or accompanying the bid or proposal of said corporation, said partnership,
or said limited liability company there is submitted a statement setting forth 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.
If one or more such stockholder or partner or member is itself a corporation or partnership or limited liability
company, the stockholders holding 10 percent or more of that corporation’s stock, or the individual partners owning
10 percent or greater interest in that partnership, or the members owning 10 percent or greater interest in that limited
liability company, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses
of every non-corporate stockholder, and individual partner, and member, exceeding the 10 percent
ownership criteria established in this act, has been listed.
To comply with this section, a bidder with any direct or indirect parent entity which is publicly traded may submit the
name and address of each publicly traded entity and the name and address of each person that holds a 10 percent or
greater beneficial interest in the publicly traded entity as of the last annual filing with the federal
Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10 percent or
greater beneficial interest, also shall submit links to the websites containing the last annual filings with the federal
Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that
contain the information on each person that holds a 10 percent or greater beneficial interest."
Page 35
The Attorney General has advised that the provisions of N.J.S.A. 52:25-24.2, which refer to
corporations and partnerships apply to limited partnerships, limited liability partnerships, and
Subchapter S corporations.
This Ownership Disclosure Certification form shall be completed, signed and notarized.
Failure of the bidder/proposer to submit the required information is cause for
automatic rejection of the bid or proposal
Part I
Check the box that represents the type of business organization:
Sole Proprietorship (skip Parts II and III, sign and notarize at the end)
Non-Profit Corporation (skip Parts II and III, sign and notarize at the end)
Partnership Limited Partnership Limited Liability Partnership
Limited Liability Company
For-profit Corporation (including Subchapters C and S or Professional Corporation)
Other (be specific): ______________________________________________
Part II
I certify that 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.
OR
I certify that 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 that no member in the limited
liability company owns a 10 percent or greater interest therein, as the case may be.
Sign and notarize the form below, and, if necessary, complete the list below.
(Please attach additional sheets if more space is needed):
Page 36
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ____________________________
Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Name: ______________________________ Name: ______________________________
Address: _______________________
Address: _______________________
________________________________
__________________________________
Page 37
Part III - Any Direct or Indirect Parent Entity Which is Publicly Traded:
“To comply with this section, a bidder with any direct or indirect parent entity which is publicly traded may submit
the name and address of each publicly traded entity and the name and address of each person that holds a 10 percent
or greater beneficial interest in the publicly traded entity as of the last annual filing with the federal Securities and
Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10 percent or greater
beneficial interest, also shall submit links to the websites containing the last annual filings with the federal Securities
and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the
information on each person that holds a 10 percent or greater beneficial interest.”
Pages attached with name and address of each publicly traded entity as well
as the name and address of each person that holds a 10 percent or greater
beneficial interest.
OR
Submit here the links to the Websites (URLs) containing the last annual filings with
the federal Securities and Exchange Commission or the foreign equivalent.
__________________________________________________________
________________________________________________________
AND
Submit here the relevant page numbers of the filings containing the information on
each person holding a 10 percent or greater beneficial interest.
_____________________________________________________
_____________________________________________________
Subscribed and sworn before me this ___ day of
___________________________ , 20____.
_______________________________(Affiant)
(Notary Public)
My Commission expires:
________________________________________
(Print name of affiant and title if applicable)
(Corporate Seal if a Corporation)
Page 38
SITE VISITATION STATEMENT
I, _________________________________________________________________________________________
Of ________________________________________________________________________________________
___________________________________________________________________________________________
the Bidder making Bid for Contract # 2026-02: _______________________________ certify that I or my authorized
representative has personally inspected the job sites.
By: _____________________________________________
Signature
_____________________________________________
Title
_____________________________________________
Typed or Printed Name of Bidder
(Corporate Seal)
Subscribed and sworn to before me this _________ day of _______________, 20__.
(Seal)
My Commission Expires On: ______________________________
IMPORTANT: This form must be completed by Bidder if required
Page 39
ACKNOWLEDGMENT OF REVISIONS OR ADDENDA
BRUSH GRINDING
2026-02
(Name of Project)
(Project or Bid Number)
Pursuant to N.J.S.A. 40A:11-23.1a, the undersigned bidder hereby acknowledges receipt of the following notices, revisions, or
addenda to the bid advertisement, specifications or bid documents. By indicating date of receipt, bidder acknowledges the
submitted bid takes into account the provisions of the notice, revision, or addendum. Note that the local unit’s record of notice
to bidders shall take precedence and that failure to include provisions of changes in a bid proposal shall be MANDATORY
REJECTION of the bid.
I _____________________________ , acknowledge receipt of the following addenda and or revisions. They are as follows:
Local Unit Reference Number
or Title of Addendum/Revision
How Received
(mail, fax, pick-up, etc.)
Date Received
FAILURE TO COMPLETE THE ABOVE INFORMATION SHALL RESULT IN REJECTION OF BID
Acknowledgement by bidder:
Name of Bidder:
By Authorized Representative:
Signature:
Print Name and Title:
Date:
Page 40
SUBCONTRACTOR LIST
Prime subcontractors shall be all subcontractors to whom the bidder will subcontract the furnishing of plumbing and gas fitting
and all kindred work; steam power plants, steam and hot water heating and ventilating apparatus and all kindred work; electrical
work; and structural steel and ornamental iron work. If needed in the performance of this bid, the following prime
subcontractors will be employed to perform the following work.
1.
Name & Phone: ___________________________________________________
Address: __________________________________________________________
Work: ____________________________________________________________
2.
Name & Phone #: ___________________________________________________
Address: __________________________________________________________
Work: ____________________________________________________________
3.
Name & Phone #: ___________________________________________________
Address: __________________________________________________________
Work: ____________________________________________________________
4.
Name & Phone #: ___________________________________________________
Address: __________________________________________________________
Work: ____________________________________________________________
5.
Name & Phone #: ___________________________________________________
Address: __________________________________________________________
Work: ____________________________________________________________
EXPERIENCE STATEMENT SHALL BE ATTACHED FOR EACH OF THE ABOVE SUBCONTRACTORS.
All prime subcontractors must be listed above. Prior to the award of contract, the successful contractor must provide to the
City the names of all subcontractors including non-prime subcontractors along with copies of their business registration
certificate and public works contractor registration license. Payment will not be made for unauthorized subcontractors.
________________________________________
____________________________________
Signature
Date
Page 41
BID SECURITY
This proposal is accompanied by bid security in accordance with the conditions stated in the Invitation to Bid.
The bid security in the form of:
A.
Surety Bid Bond
B.
Certified/Treasurer’s Check
C.
Cashiers Check
The amount of
______________ ($
) payable to the City of Long Branch
The Bidder hereby agrees that if this proposal shall be accepted by the, and the Bidder shall fail to execute and deliver the contract
and the required Performance Bond or other required documents City ents in accordance with the requirements of this proposal
and other sections of the contract documents within the time specified, then the Bidder shall be deemed to have abandoned the
contract and thereupon the proposal and acceptance shall be null and void and the security accompanying the proposal shall be
forfeited to, and retained by, the City, as liquidated damages for such failure or neglect, and to indemnify the City for any loss
which may be sustained by failure of the Bidder to execute the contract and furnish documents as aforesaid. Nothing in the
specifications and contract documents shall prevent the City from recovering actual damages over and above the sum of the
forfeited bid security.
In compliance with the laws of the State the Bidder is:
An Individual
A Partnership
of
having principal offices at
Page 42
CONSENT OF SURETY
In consideration of the premises, and of one dollar to it in hand paid by the Bidder, the receipt whereof is hereby
acknowledged, the undersigned consents and agrees that if the contract, for which the preceding estimate and proposal is made,
be awarded to the corporation, person or persons making the same, it will become bound as surety and guarantor for its faithful
performance, and will execute it as party of the third part thereto when required to do so by the City, and if said corporation,
person or persons shall omit or refuse to execute said contract if so awarded, it will pay, on demand, to the said City any
difference(s) between the sum bid by said corporation, person or persons and the sum which the said City may be obliged to pay
the corporation, person or persons to whom the contract may be awarded; the amount in each case to be determined by the bids
for said contract.
In witness whereof, said surety has set its seal and caused these presents to be signed by its duly authorized officers, this
Day of
20__.
ATTEST:
BY
(SEAL)
Surety
ATTEST:
BY
Title
Page 43
DEBARRED, SUSPENDED and DISQUALIFIED BIDDER AFFIDAVIT
STATE OF NEW JERSEY
)
)
COUNTY OF
)
I,
of the City of
in the county of
and the State of
______
being of full age, being duly sworn according to law on my oath depose and say that;
I am
, an officer of the firm(s) of
the
bidder making the proposal for the above named work, and that I executed the said proposal with full authority to do so; that
said bidder at the time of making this bid, {as applicable, insert “is” or “is not”} included on the State of New Jersey, State
Treasurer’s List of Debarred, Suspended and Disqualified Bidders; and that all statements contained in said proposal and in this
affidavit are true and correct, and made with the full knowledge that
as
Local
Unit
relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the
contract for said work The undersigned further warrants that should the name of the firm making this bid appear on the State
Treasurer’s List of Debarred, Suspended and Disqualified Bidders at any time prior to, and during the life of the contract, including
the Guarantee Period, that the Local Unit shall be immediately so notified by the signatory of this Eligibility Affidavit.
The undersigned understands that the firm making the bid as a contractor is subject to debarment, suspension and/or
disqualification in contracting with the State of New Jersey and the Department of Environmental Protection if the contractor,
pursuant to N.J.A.C. 7:1-5.2, commits any of the acts listed therein, and as determined according to applicable law and
regulation.
Name and Address of Contractor
Name and Title of Affiant
Subscribed and Sworn
Before me this
day
Of
, 20
Notary Public of
My commission expires
, 20
Signed:
By:
Signature of Officer or Individual
Page 44
If BIDDER is:
An Individual
By
(SEAL)
(Individual’s Name)
Doing business as
Business Address:
Phone Number:
_______
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone Number:
_______
A Corporation
By
(SEAL)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business Address:
Phone Number:
A Joint Venture
By
(Name)
(Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is party to the joint
venture should be in the manner indicated above)
Page 45
NO DEVIATIONS AND/OR EXCEPTIONS
Any and all deviations or exceptions from the specifications may be rejected; delivery shall be in conformance to the specified
requirements contained herein.
The City reserves the right to reject any and all bids for the above listed contract in whole and/or in part which do not
comply with the specification and/or the statutory requirements. The City reserves the right to waive informalities as the
City may deem to be in its best interest.
Signed:
By:
Signature of Bidder (Officer or Individual)
Firm:
Address:
Date:
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
"...When required as part of the contract documents, the awarded vendor shall within ten (10) days after the award of the contract, obtain, pay for and deliver to the City of Long Branch, a performance bond for one hundred percent (100%) of the total contract sum satisfactory to the City and executed by a surety company licensed to do business in the State of New Jersey...."
liquidated damages
Evidence Detected
"...The successful bidder, upon its failure or refusal to execute and deliver the Contract and Bonds required within fifteen (15) days after he has received notice of acceptance of his bid, shall forfeit to the City as liquidated damages for such failure or refusal, the proposal security deposited with its bid...."
Quick Actions
Contacts
Sujata Salian, QPA
Purchasing Agent
City Clerk
Explore More
Timeline
First Discovered
Mar 29, 2026
Last Info Update
Apr 30, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial