Start your 7-day free trial — unlock full access instantly.
← Back to Search2 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Notice to Bidders - Bulky Waste
BID #: 16
ISSUED: 9/13/2024
DUE: 10/11/2024
VALUE: TBD
65
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The City of Long Branch, New Jersey is soliciting sealed bids for a twenty-four month contract for bulky waste disposal services for the Public Works Department. The successful bidder will be responsible for accepting Type #13 and Type #13C waste materials at a DEP licensed Bulk Material Recovery Facility. Bidders must hold their per-ton bid price firm for the two-year contract period, commencing on November 14, 2024. Bids must be submitted to the City Clerk at 344 Broadway, Long Branch, N.J. 07740 by October 10, 2024, at 11:00 AM prevailing time.
Web Content
Bid Postings • Notice to Bidders - Bulky Waste 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: Notice to Bidders - Bulky Waste Category: Purchasing Status: Closed Description: 800x600 Normal 0 false false false EN-US X-NONE X-NONE MicrosoftInternetExplorer4 Notice is hereby given that sealed bids will be received by the Council of the City of Long Branch, New Jersey, for: TWENTY- FOUR MONTH CONTRACT FOR BULKY WASTE DISPOSAL PUBLIC WORKS DEPARTMENT Bids will be opened and read in public by the Purchasing Agent, or his designate, in the City Council Caucus Room, Second Floor, Municipal Building, 344 Broadway, Long Branch, New Jersey on: THURSDAY, OCTOBER 10, 2024 AT 11:00 AM PREVAILING TIME 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 ONE (1) ORIGINAL, ONE (1) COPY, 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 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 then ten (10%) of the bid, except that the bid security not exceed $ 20,000.00 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 also reserves the right to reject any or all bids, or to increase or decrease the quantities as designated in the specifications. 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 David J. Spaulding, Purchasing Agent Publication Date/Time: 9/13/2024 8:00 AM Closing Date/Time: 10/11/2024 12:00 AM Related Documents: Bid 2024 Bulky Waste 091024 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: TWENTY- FOUR MONTH CONTRACT FOR BULKY WASTE DISPOSAL --- CITY OF LONG BRANCH MONMOUTH COUNTY, NEW JERSEY SEALED BID FOR : TWENTY-FOUR MONTH CONTRACT FOR BULKY WASTE DISPOSAL PUBLIC WORKS DEPARTMENT City of Long Branch MAYOR JOHN PALLONE CHARLES F. SHIRLEY, BUSINESS ADMINISTRATOR CITY COUNCIL ROSE WIDDIS BILL DANGLER DR. MARY JANE CELLI DR.ANITA VOOGT MARIO VIEIRA SEALED BID DUE DATE: OCTOBER 10, 2024 @11AM 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 MONTH CONTRACT FOR BULKY WASTE DISPOSAL PUBLIC WORKS DEPARTMENT Bids will be opened and read in public by the Purchasing Agent, or his designate, in the City Council Caucus Room, Second Floor, Municipal Building, 344 Broadway, Long Branch, New Jersey on: THURSDAY, OCTOBER 10, 2024 AT 11:00 AM PREVAILING TIME 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 ONE (1) ORIGINAL, ONE (1) COPY, 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 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 then ten (10%) of the bid, except that the bid security not exceed $ 20,000.00 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, cс 33. The City also reserves the right to reject any or all bids, or to increase or decrease the quantities as designated in the specifications. 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 David J. Spaulding, Purchasing Agent 1. Receipt of Bids CITY OF LONG BRANCH INFORMATION TO BIDDERS Sealed bids will be received by the City Clerk and, at the date, time, and location stated in the Notice to Bidders, 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 or fax. 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 or 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 bid. 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. Forms/informationtobidders.doc 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 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 rejection 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 contact, 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 a part of the work covered by either order or contract, and he 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, his 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. 17. Bid Proposal Security Each bid will be accompanied by either a certified check, cashier's check or bid bond in the amount of ten (10) percent of the bid, unless indicated otherwise in the bid specifications, payable to the City of Long Branch. Such Proposal Security will be returned to the unsuccessful bidders within sixty (60) days after the formal opening of the bids. The Proposal security of the successful bidder will be returned within ten (10) days after the City and the successful bidder have executed a contract for the proposed purchase and performance bond has been provided to the City or, if no contract is executed, within sixty (60) days after the date of the opening of the bids, upon the demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 18. Certificate of Surety Each Proposal must, if indicated on the Bidder's Check List, be accompanied by Certificate of Surety. Said Certificate shall be from bonding company, registered to do business in the State of New Jersey, guaranteeing that it will, upon award of the contract to the bidder, provide a performance bond or 100% of the contract. A sample Certificate of Surety is incorporated into these specifications. 19. Performance Bond If indicated as a requirement in the Notice to Bidders, the successful bidder will be required to provide, simultaneously with the delivery of the executed contract, an executed Performance Bond, in the amount of one hundred percent (100%) of the acceptable bid, as security for the faithful performance of this contract. 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. 21. Non-Collusion Affidavit The bidder must submit with his proposal the attached affidavit of non-collusion, which must be signed and notarized. 22. Acknowledgement of Receipt of Addenda Any necessary addenda to these specifications 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. 23. Business Registration All bidders submitting a bid to the City must have registration of their business with State of New Jersey, Department of Treasury, Division of Revenue, in the form of a copy of the bidder's valid Business Registration Certificate (see sample form in specification package). Regardless of whether the City may have on file a copy of this form, prior to award of contract by City Council. Further, the successful bidder must review and comply with the mandatory language in the attachment entitled Business Registration Certificate Compliance incorporated into these bid specifications. This language will become part of the contract document upon award of the bid. For more information or to register on-line, visit www.nj.gov/treasury/revenue/taxreg.htm 24. Public Works Contractor's Registration In accordance with N.J.S.A. 34:11-56.48 et seq., all contractor's bidding on contracts for "public works", and listed subcontractors, in addition to compliance with Prevailing Wage Regulations, must have, at the time of the receipt and opening of bids, a valid Public Works Contractor's Registration, issued by New Jersey Department of Labor, Division of Wage and Hour Compliance, Contractor Registration Section. Bids submitted by unregistered contractors can not be considered. The City requests copy of said registration(s) with the submission of the bid, if possible. The contract will not be awarded until certificates are received from the contractor, and verified with the State for validity. 25. Prevailing Wages The successful bidder must comply with provisions of State Labor Laws, and New Jersey Prevailing Wage Act (34:11-56.26 et. seq.), and, if applicable, must submit certified payrolls in form set forth in N.J.A.C. 12:60-6.1(c). Construction projects funded through Federal government funding must comply with the Federal Davis Bacon Prevailing Wage Act (29CFR, Parts 1, 3, 5), and the provisions of Federal Labor Laws. 26. Americans with Disabilities Act of 1990 Discrimination on the basis of disability in contracting for the purchase of goods and services is prohibited. The successful bidder is required to read the Americans with Disabilities language that is part of this specification, and agrees that the provisions of Title II of the Act are made a part of the contract. The successful bidder is obligated to comply with the act and to hold the City harmless. 27. Affirmative Action Requirements The bidder must read, make himself familiar with, and agree to comply with the requirements of N.J.S.A. 10:5-27 et seq., and N.J.A.C. 17:27. Specifically, the successful with have to comply with the Mandatory Equal Employment Opportunity Language, Exhibit A, which will become a part of the contract documents. Further the bidder must complete the Affirmative Action Questionnaire incorporated into this bid package. 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 shall 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, he will be barred from challenging the award of the bid. 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 his 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 his 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 thirty (30) 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:30A-1 et seq., better known as the "Prompt Payment Law", all contractors for "Public Works" projects, are required to follow 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) 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 Tuesday 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 is 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 will 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 consequences 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 a 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. 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, 2007 for the 2006 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 of 49 U.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. CITY OF LONG BRANCH BID SPECIFICATIONS BULKY WASTE DISPOSAL SCOPE It is the intent of the City of Long Branch to receive bids for a contract for disposal at a DEP licensed Bulk Material Recovery Facility of Type #13 and Type #13C waste material collected as part of its curbside collection program. The Bulk Material Recovery Facility must be permitted by the New Jersey Department of Environmental Protection to accept bulky waste, rubbish, construction and demolition and other types of non-hazardous Type #13 and Type #13C waste materials as defined in the New Jersey Department of Environmental Protection Solid Waste Regulations (N.J.A.C.7:26), and included in the Monmouth County Solid Waste Management Plan. The successful bidder shall accept the proposed Type #13 and Type #13C waste materials, either separated or co-mingled, as delivered in City compactor trucks, container trucks, or other trucks as specified below. The contractor will not be required to accept any Type 13 or 13C waste materials that are contaminated with putrescible garbage. DEFINITIONS "Bulky Materials Recovery Facility" means those sites designated in the Monmouth County Solid Waste Management Plan, such as a transfer station which is primarily designed, operated and permitted to process non-hazardous Type #13 and Type #13C bulky waste by utilizing manual and/or mechanical methods to separate from the incoming waste stream categories of useful materials which are then returned to the economic mainstream in the form of raw materials or product of reuse. "Type #13 Bulky Waste" is defined as large items of solid waste, which because of their size or weight require handling other than normally used for municipal waste. Bulky waste includes, but is not limited to, such items as demolition or construction materials, old fence, carpet and padding, cartons, microwave ovens, furniture, household articles of an unwieldy nature, tires, and drums. "Type #13C Construction and Demolition Waste" is defined as waste building material and rubble resulting from construction, remodeling, repair and demolition operations on houses and other structures. The following materials may be found in construction and waste: treated and untreated wood scrap; plaster and wood board; roofing materials; non-asbestos building insulation; plastic scrap; carpet and padding; glass (window and door); and other miscellaneous materials; but shall not include other solid waste types. "Rubbish" is defined as all materials generated by residential units consisting of material other than food waste and items not included in the City's current list of recycled materials. "Material Statement" means the definitions of bulky waste, construction and demolition waste, and rubbish is intended to give an indication of the types of waste to be accepted by the contractor and does not list every conceivable item that could be listed. The terms "Contractor" and "Bidder” shall be considered synonymous. BIDDER SUBMISSIONS In addition to the items listed on the Bid Document Check List, the bid proposal must be accompanied by the following: 1. A copy of the DEP permit must be included with the bid proposal. 2. A list of all other government entities with which the bidder has a current contract for disposal of Type #13 and Type #13C waste materials. List must include term of contract. 3. List of contractor's equipment to be used in the performance of this contract. Please note that all bid documents must be in the name of the bidder submitting the proposal. This includes the Business Registration Certificate, the DEP Permit, Bid Bond, etc. CONTRACTOR'S RESPONSIBILITIES The contractor's facility shall be licensed and permitted by the State of New Jersey, Department of Environmental Protection, and said license shall be maintained throughout the life of this contract. Any loss or suspension of license/permit shall be deemed as cause for cancellation by the City of this contract. The types of City vehicles currently picking up bulky waste include, 32 CY sanitation compaction vehicle(s), 20 yard recycling container truck(s), and stake body truck(s). However, all prospective bidders shall, prior to submitting a bid, familiarize themselves with all City hauling vehicles. Submission of a proposal for this contract shall be deemed conclusive evidence that the contractor is familiar with and able to accommodate these vehicles. The contractor must accept partial loads, and bill only for actual weight of material delivered to the facility by City vehicle. A computerized weight slip must be provided for each load delivered, and each receipt must be signed by the City employee delivering the load, and must include the vehicle #, or license plate #. On a monthly or quarterly basis, as well as annually, the contractor must provide the City with a report on the tonnage of each of the types of waste recycled from the City's deliveries. Reports shall be mailed to the Public Works Director within fifteen (15) days of the end of the reporting period. Failure to provide the required reports on a timely basis may delay payment to the contractor. The contractor agrees to accept the City's Type #13 and Type #13C waste materials at the price(s) indicated on the proposal for the duration of the contract. Failure to comply will be deemed as default of the contract, and any funds due the contractor may be withheld as liquidated damages.. FACILITY SCHEDULE The contractor's facility hours and days of operation shall, at a minimum, be the same as the Monmouth County Reclamation Center. In the event of a declared emergency, the bidder must open their facility to accept material generated as a result of the emergency condition, provided the City provides reasonable notice. The City picks up bulky waste each Wednesday, except the weeks in which there is a holiday. As an estimate, the contractor should expect to receive a minimum of four 20-25 CY deliveries each Wednesday, excluding holiday weeks. Other deliveries will be made on an as needed basis. The contractor agrees to arrange for City vehicles to depart within twenty (20) minutes of arrival at the Bulk Material Recovery Facility location. SITE CONDITIONS In the event, in the opinion of the City, the contractor's site conditions pose a health or safety risk to City personnel or equipment, the City reserves the right to redirect their Type #13 or #13C waste to another facility of its choice. MARKETING OF MATERIALS Any materials delivered to the Bulk Material Recovery Facility by the City become the property of the contractor. The contractor shall retain any revenue generated from the processing of the Type #13 or #13C materials. ESTIMATED QUANTITIES Based on prior history, the City anticipates that it will transport to the bidder's facility annually approximately 2100 to 3000 tons of Type #13 and Type #13C waste materials annually. The higher quantity is provided for the purpose of setting a not to exceed value for the contract. The actual annual tonnage delivered may be a lesser figure; however, the bid price per ton applies regardless of the quantity. Award of this contract shall be considered to be non-exclusive, and shall not preclude the City from transporting of Type #13 and Type #13C waste materials to the Monmouth County Reclamation Center if it so chooses. TERM OF CONTRACT The City is requesting bids for a two (2) year contract. The bidder must hold the per ton bid price firm for the two year period. The contract will commence on November 14, 2024. If the bidder's performance of this contract is satisfactory, at the City's option, his contract may be extend for an additional two year term. The bidder must indicate on the proposal form whether it would agree to an extension under the following terms. In accordance with Local Public Contracts Law, N.J.S.A. 40A:11-15, at the time of the extension of the contract, the per ton price charged by the bidder may be adjusted. However, any adjustment shall not exceed the change in the index rate for the twelve months preceding the most recent quarterly calculation available at the time the contract is renewed. The City's Finance Director shall provide to the bidder documentation on the change in index rate prior to the City Council authorizing the contract extension. At least 30 days prior to the anniversary date of the contract, the City will notify the contractor in writing of its intentions relative to extension of the contract. Attention is called to Paragraph 39 of Information to Bidders relative to Non-Appropriation of Funds for this contract after budget year 2025. FORMULA FOR DETERMING LOW BIDDER For the purpose of evaluating and determining the low bidder, taking into consideration the City's cost in labor and equipment to deliver the waste materials to the bidder's facility, the City will utilize the following formula. The bidder must provide, in addition to the charge per ton, the distance (one way) over public roadways to its disposal facility from the City's DPW Yard at 636 Route 36 (between Grand Avenue and Branchport Avenue) rounded to the nearest mile. This mileage figure, multiplied by a cost of $.50 per mile, will be considered the City's haulage cost for transport of the waste materials to the bidder's facility. For purposes of determining the low bidder only, this figure will be added to bidder's per ton charge for disposal of the waste materials. Example: Bidder A's Proposal: Year One bid price of $75. per ton for disposal cost, and 7 miles to bidder's facility. The City's cost of haulage is $3.50, and for the purposes of evaluation of the bid, the City's calculated cost per ton would be $78.50. Bidder B's Proposal: Year One bid price --- Document: Bid 2024 Bulky Waste 091024 --- CITY OF LONG BRANCH MONMOUTH COUNTY, NEW JERSEY SEALED BID FOR : TWENTY-FOUR MONTH CONTRACT FOR BULKY WASTE DISPOSAL PUBLIC WORKS DEPARTMENT City of Long Branch MAYOR JOHN PALLONE CHARLES F. SHIRLEY, BUSINESS ADMINISTRATOR CITY COUNCIL ROSE WIDDIS BILL DANGLER DR. MARY JANE CELLI DR.ANITA VOOGT MARIO VIEIRA SEALED BID DUE DATE: OCTOBER 10, 2024 @11AM 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 MONTH CONTRACT FOR BULKY WASTE DISPOSAL PUBLIC WORKS DEPARTMENT Bids will be opened and read in public by the Purchasing Agent, or his designate, in the City Council Caucus Room, Second Floor, Municipal Building, 344 Broadway, Long Branch, New Jersey on: THURSDAY, OCTOBER 10, 2024 AT 11:00 AM PREVAILING TIME 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 ONE (1) ORIGINAL, ONE (1) COPY, 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 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 then ten (10%) of the bid, except that the bid security not exceed $ 20,000.00 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, cс 33. The City also reserves the right to reject any or all bids, or to increase or decrease the quantities as designated in the specifications. 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 David J. Spaulding, Purchasing Agent 1. Receipt of Bids CITY OF LONG BRANCH INFORMATION TO BIDDERS Sealed bids will be received by the City Clerk and, at the date, time, and location stated in the Notice to Bidders, 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 or fax. 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 or 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 bid. 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. Forms/informationtobidders.doc 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 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 rejection 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 contact, 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 a part of the work covered by either order or contract, and he 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, his 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. 17. Bid Proposal Security Each bid will be accompanied by either a certified check, cashier's check or bid bond in the amount of ten (10) percent of the bid, unless indicated otherwise in the bid specifications, payable to the City of Long Branch. Such Proposal Security will be returned to the unsuccessful bidders within sixty (60) days after the formal opening of the bids. The Proposal security of the successful bidder will be returned within ten (10) days after the City and the successful bidder have executed a contract for the proposed purchase and performance bond has been provided to the City or, if no contract is executed, within sixty (60) days after the date of the opening of the bids, upon the demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 18. Certificate of Surety Each Proposal must, if indicated on the Bidder's Check List, be accompanied by Certificate of Surety. Said Certificate shall be from bonding company, registered to do business in the State of New Jersey, guaranteeing that it will, upon award of the contract to the bidder, provide a performance bond or 100% of the contract. A sample Certificate of Surety is incorporated into these specifications. 19. Performance Bond If indicated as a requirement in the Notice to Bidders, the successful bidder will be required to provide, simultaneously with the delivery of the executed contract, an executed Performance Bond, in the amount of one hundred percent (100%) of the acceptable bid, as security for the faithful performance of this contract. 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. 21. Non-Collusion Affidavit The bidder must submit with his proposal the attached affidavit of non-collusion, which must be signed and notarized. 22. Acknowledgement of Receipt of Addenda Any necessary addenda to these specifications 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. 23. Business Registration All bidders submitting a bid to the City must have registration of their business with State of New Jersey, Department of Treasury, Division of Revenue, in the form of a copy of the bidder's valid Business Registration Certificate (see sample form in specification package). Regardless of whether the City may have on file a copy of this form, prior to award of contract by City Council. Further, the successful bidder must review and comply with the mandatory language in the attachment entitled Business Registration Certificate Compliance incorporated into these bid specifications. This language will become part of the contract document upon award of the bid. For more information or to register on-line, visit www.nj.gov/treasury/revenue/taxreg.htm 24. Public Works Contractor's Registration In accordance with N.J.S.A. 34:11-56.48 et seq., all contractor's bidding on contracts for "public works", and listed subcontractors, in addition to compliance with Prevailing Wage Regulations, must have, at the time of the receipt and opening of bids, a valid Public Works Contractor's Registration, issued by New Jersey Department of Labor, Division of Wage and Hour Compliance, Contractor Registration Section. Bids submitted by unregistered contractors can not be considered. The City requests copy of said registration(s) with the submission of the bid, if possible. The contract will not be awarded until certificates are received from the contractor, and verified with the State for validity. 25. Prevailing Wages The successful bidder must comply with provisions of State Labor Laws, and New Jersey Prevailing Wage Act (34:11-56.26 et. seq.), and, if applicable, must submit certified payrolls in form set forth in N.J.A.C. 12:60-6.1(c). Construction projects funded through Federal government funding must comply with the Federal Davis Bacon Prevailing Wage Act (29CFR, Parts 1, 3, 5), and the provisions of Federal Labor Laws. 26. Americans with Disabilities Act of 1990 Discrimination on the basis of disability in contracting for the purchase of goods and services is prohibited. The successful bidder is required to read the Americans with Disabilities language that is part of this specification, and agrees that the provisions of Title II of the Act are made a part of the contract. The successful bidder is obligated to comply with the act and to hold the City harmless. 27. Affirmative Action Requirements The bidder must read, make himself familiar with, and agree to comply with the requirements of N.J.S.A. 10:5-27 et seq., and N.J.A.C. 17:27. Specifically, the successful with have to comply with the Mandatory Equal Employment Opportunity Language, Exhibit A, which will become a part of the contract documents. Further the bidder must complete the Affirmative Action Questionnaire incorporated into this bid package. 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 shall 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, he will be barred from challenging the award of the bid. 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 his 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 his 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 thirty (30) 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:30A-1 et seq., better known as the "Prompt Payment Law", all contractors for "Public Works" projects, are required to follow 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) 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 Tuesday 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 is 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 will 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 consequences 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 a 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. 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, 2007 for the 2006 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 of 49 U.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. CITY OF LONG BRANCH BID SPECIFICATIONS BULKY WASTE DISPOSAL SCOPE It is the intent of the City of Long Branch to receive bids for a contract for disposal at a DEP licensed Bulk Material Recovery Facility of Type #13 and Type #13C waste material collected as part of its curbside collection program. The Bulk Material Recovery Facility must be permitted by the New Jersey Department of Environmental Protection to accept bulky waste, rubbish, construction and demolition and other types of non-hazardous Type #13 and Type #13C waste materials as defined in the New Jersey Department of Environmental Protection Solid Waste Regulations (N.J.A.C.7:26), and included in the Monmouth County Solid Waste Management Plan. The successful bidder shall accept the proposed Type #13 and Type #13C waste materials, either separated or co-mingled, as delivered in City compactor trucks, container trucks, or other trucks as specified below. The contractor will not be required to accept any Type 13 or 13C waste materials that are contaminated with putrescible garbage. DEFINITIONS "Bulky Materials Recovery Facility" means those sites designated in the Monmouth County Solid Waste Management Plan, such as a transfer station which is primarily designed, operated and permitted to process non-hazardous Type #13 and Type #13C bulky waste by utilizing manual and/or mechanical methods to separate from the incoming waste stream categories of useful materials which are then returned to the economic mainstream in the form of raw materials or product of reuse. "Type #13 Bulky Waste" is defined as large items of solid waste, which because of their size or weight require handling other than normally used for municipal waste. Bulky waste includes, but is not limited to, such items as demolition or construction materials, old fence, carpet and padding, cartons, microwave ovens, furniture, household articles of an unwieldy nature, tires, and drums. "Type #13C Construction and Demolition Waste" is defined as waste building material and rubble resulting from construction, remodeling, repair and demolition operations on houses and other structures. The following materials may be found in construction and waste: treated and untreated wood scrap; plaster and wood board; roofing materials; non-asbestos building insulation; plastic scrap; carpet and padding; glass (window and door); and other miscellaneous materials; but shall not include other solid waste types. "Rubbish" is defined as all materials generated by residential units consisting of material other than food waste and items not included in the City's current list of recycled materials. "Material Statement" means the definitions of bulky waste, construction and demolition waste, and rubbish is intended to give an indication of the types of waste to be accepted by the contractor and does not list every conceivable item that could be listed. The terms "Contractor" and "Bidder” shall be considered synonymous. BIDDER SUBMISSIONS In addition to the items listed on the Bid Document Check List, the bid proposal must be accompanied by the following: 1. A copy of the DEP permit must be included with the bid proposal. 2. A list of all other government entities with which the bidder has a current contract for disposal of Type #13 and Type #13C waste materials. List must include term of contract. 3. List of contractor's equipment to be used in the performance of this contract. Please note that all bid documents must be in the name of the bidder submitting the proposal. This includes the Business Registration Certificate, the DEP Permit, Bid Bond, etc. CONTRACTOR'S RESPONSIBILITIES The contractor's facility shall be licensed and permitted by the State of New Jersey, Department of Environmental Protection, and said license shall be maintained throughout the life of this contract. Any loss or suspension of license/permit shall be deemed as cause for cancellation by the City of this contract. The types of City vehicles currently picking up bulky waste include, 32 CY sanitation compaction vehicle(s), 20 yard recycling container truck(s), and stake body truck(s). However, all prospective bidders shall, prior to submitting a bid, familiarize themselves with all City hauling vehicles. Submission of a proposal for this contract shall be deemed conclusive evidence that the contractor is familiar with and able to accommodate these vehicles. The contractor must accept partial loads, and bill only for actual weight of material delivered to the facility by City vehicle. A computerized weight slip must be provided for each load delivered, and each receipt must be signed by the City employee delivering the load, and must include the vehicle #, or license plate #. On a monthly or quarterly basis, as well as annually, the contractor must provide the City with a report on the tonnage of each of the types of waste recycled from the City's deliveries. Reports shall be mailed to the Public Works Director within fifteen (15) days of the end of the reporting period. Failure to provide the required reports on a timely basis may delay payment to the contractor. The contractor agrees to accept the City's Type #13 and Type #13C waste materials at the price(s) indicated on the proposal for the duration of the contract. Failure to comply will be deemed as default of the contract, and any funds due the contractor may be withheld as liquidated damages.. FACILITY SCHEDULE The contractor's facility hours and days of operation shall, at a minimum, be the same as the Monmouth County Reclamation Center. In the event of a declared emergency, the bidder must open their facility to accept material generated as a result of the emergency condition, provided the City provides reasonable notice. The City picks up bulky waste each Wednesday, except the weeks in which there is a holiday. As an estimate, the contractor should expect to receive a minimum of four 20-25 CY deliveries each Wednesday, excluding holiday weeks. Other deliveries will be made on an as needed basis. The contractor agrees to arrange for City vehicles to depart within twenty (20) minutes of arrival at the Bulk Material Recovery Facility location. SITE CONDITIONS In the event, in the opinion of the City, the contractor's site conditions pose a health or safety risk to City personnel or equipment, the City reserves the right to redirect their Type #13 or #13C waste to another facility of its choice. MARKETING OF MATERIALS Any materials delivered to the Bulk Material Recovery Facility by the City become the property of the contractor. The contractor shall retain any revenue generated from the processing of the Type #13 or #13C materials. ESTIMATED QUANTITIES Based on prior history, the City anticipates that it will transport to the bidder's facility annually approximately 2100 to 3000 tons of Type #13 and Type #13C waste materials annually. The higher quantity is provided for the purpose of setting a not to exceed value for the contract. The actual annual tonnage delivered may be a lesser figure; however, the bid price per ton applies regardless of the quantity. Award of this contract shall be considered to be non-exclusive, and shall not preclude the City from transporting of Type #13 and Type #13C waste materials to the Monmouth County Reclamation Center if it so chooses. TERM OF CONTRACT The City is requesting bids for a two (2) year contract. The bidder must hold the per ton bid price firm for the two year period. The contract will commence on November 14, 2024. If the bidder's performance of this contract is satisfactory, at the City's option, his contract may be extend for an additional two year term. The bidder must indicate on the proposal form whether it would agree to an extension under the following terms. In accordance with Local Public Contracts Law, N.J.S.A. 40A:11-15, at the time of the extension of the contract, the per ton price charged by the bidder may be adjusted. However, any adjustment shall not exceed the change in the index rate for the twelve months preceding the most recent quarterly calculation available at the time the contract is renewed. The City's Finance Director shall provide to the bidder documentation on the change in index rate prior to the City Council authorizing the contract extension. At least 30 days prior to the anniversary date of the contract, the City will notify the contractor in writing of its intentions relative to extension of the contract. Attention is called to Paragraph 39 of Information to Bidders relative to Non-Appropriation of Funds for this contract after budget year 2025. FORMULA FOR DETERMING LOW BIDDER For the purpose of evaluating and determining the low bidder, taking into consideration the City's cost in labor and equipment to deliver the waste materials to the bidder's facility, the City will utilize the following formula. The bidder must provide, in addition to the charge per ton, the distance (one way) over public roadways to its disposal facility from the City's DPW Yard at 636 Route 36 (between Grand Avenue and Branchport Avenue) rounded to the nearest mile. This mileage figure, multiplied by a cost of $.50 per mile, will be considered the City's haulage cost for transport of the waste materials to the bidder's facility. For purposes of determining the low bidder only, this figure will be added to bidder's per ton charge for disposal of the waste materials. Example: Bidder A's Proposal: Year One bid price of $75. per ton for disposal cost, and 7 miles to bidder's facility. The City's cost of haulage is $3.50, and for the purposes of evaluation of the bid, the City's calculated cost per ton would be $78.50. Bidder B's Proposal: Year One bid price
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
"...Each Proposal must, if indicated on the Bidder's Check List, be accompanied by Certificate of Surety. Said Certificate shall be from bonding company, registered to do business in the State of New Jersey, guaranteeing that it will, upon award of the contract to the bidder, provide a performance bond or 100% of the contract...."
liquidated damages
Evidence Detected
"...The contractor agrees to accept the City's Type #13 and Type #13C waste materials at the price(s) indicated on the proposal for the duration of the contract. Failure to comply will be deemed as default of the contract, and any funds due the contractor may be withheld as liquidated damages....."
Quick Actions
Contacts
David J. Spaulding
Purchasing Agent · Purchasing Office
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