Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND4 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Solid Waste And Recycling Collection Services
BID #: 56
ISSUED: 12/3/2025
DUE: 2/3/2026
VALUE: TBD
60
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The Borough of Red Bank, New Jersey, is soliciting bid proposals for comprehensive solid waste and recycling collection and disposal services. This contract encompasses curbside collection of municipal solid waste (Type 10), bulky waste (Type 13) including white goods, and single-stream recyclables from residential, commercial, institutional, and municipal properties within the Borough. Contractors are required to provide all necessary labor, materials, and equipment, adhering to various collection options and stringent compliance standards, including the New Jersey Prevailing Wage Act and specific NJDEP licenses.
The initial contract term is set for three years, commencing February 1, 2026, and concluding January 31, 2029, with the provision for two additional one-year renewal options, extending the total potential service period to five years. Bidders must submit a Bid Guarantee and, if awarded, furnish a Performance Bond equivalent to up to 100% of the annual contract value. A pre-bid conference will be held virtually on January 13, 2026, at 9:00 AM.
Sealed proposals are due and will be publicly opened on February 3, 2026, at 12:00 P.M. at the Borough of Red Bank's Municipal Clerk's Office. Bid documents became available for prospective bidders starting December 2, 2025, via email request or pickup. The Borough reserves the right to reject any or all bids and intends to award the contract to the lowest responsible bidder.
Web Content
Meetings Portal Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: SOLID WASTE AND RECYCLING COLLECTION SERVICES Category: Bid-RFP-RFQ Opportunities Status: Closed Description: Public notice is hereby given that the Borough of Red bank, County of Monmouth, New Jersey is soliciting bid proposals from SOLID WASTE AND RECYCLING WASTE COLLECTION CONTRACTORS interested in providing curbside solid waste and recycling collection and disposal services. Bid opening will be conducted at the BOROUGH OF RED BANK, Municipal Clerk's Office, 90 Monmouth Street, Red Bank, New Jersey on February 3, 2026 at 12:00P.M., prevailing time at which time and place bids will be opened and read in public. Contract Documents, comprised of Specifications and instructions, have been filed in the Office of the Administrator of the Borough of Red Bank and may be obtained by prospective bidders at the Office of the Administrator of the Borough of Red Bank, 90 Monmouth Street, Red Bank, New Jersey 07701 or by request via e-mail to For security reasons, you must enable JavaScript to view this E-mail address. beginning December 2, 2025. Bids shall be submitted on the forms provided, in the manner designated therein and required by the Specifications. They must be enclosed in sealed envelopes, bearing the name and address of the bidder and labeled " PROPOSAL TO PROVIDE COLLECTION, REMOVAL & DISPOSAL OF SOLID WASTE AND/OR RECYCLABLE MATERIALS " on the outside, addressed to the Municipal Clerk, BOROUGH OF RED BANK, MONMOUTH COUNTY, NEW JERSEY. A pre-bid conference for this proposal will be held on January 13, 2026, at 9:00A.M. Via zoom meeting. Information and link to obtain the pre bid conference can be obtained from Sean P. Canning, QPA Consultant at For security reasons, you must enable JavaScript to view this E-mail address. Failure to attend does not relieve the bidder of any obligations or requirements. Proposal forms shall not be removed from the form of proposal. Proposals must be made upon the blank forms provided. Bidders are notified that they must comply with the New Jersey Prevailing Wage Act (Chapter 150 of the Laws of 13, as amended) and that award will not be given to any bidder whom the Commissioner of Labor and Industry does not certify. Bidders must have at the time of bid, a Business Registration Certificate issued by the New Jersey Department of Treasury. Bidders are required to comply with the requirements of NJSA 10:5-31 et seq. and NJAC 17:27 for an affirmative action program for equal employment opportunity. Bidders must also comply with the requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement of corporation or members of the partnership who own ten percent (10%) or more of its stock or have a ten percent (10%) or greater interest in the case of partnership. Bidders must supply a copy of their A-901 License from the NJDEP, a Certificate of Public Convenience and Necessity from NJDEP and registration by the NJDEP. No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60) days after the opening of bids. The Mayor and Council of the BOROUGH OF RED BANK reserve the right to reject all bids in accordance with the New Jersey Local Public Contracts Law, N.J.S.A. 40A:11-1 et. Seq., Applicable to Bid if marked “X” DOCUMENTATION REQUIRED OR REVIEWED Initials When Due if not submitted with Bid X Bid Guarantee (Bid Bond or Certified/Cashier’s Check) (with POA for full amount of Bid Bond) With Bid Submission X Consent of Surety (Certificate from Surety company) With Bid Submission X Performance Bond and Labor and Material Payment Bond (Required from the Awarded Contractor) At signing of contract X A photocopy of bidder's certificate of public convenience and necessity and an approval letter issued in conformance with N.J.S.A. 13:IE-126 et seq.; Prior to Contract Award X Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued) With Bid Submission X Ownership Disclosure Form With Bid Submission X Recycling Markets Affidavit Bidding Document; Prior to Contract Award X Public Works Contractor Registration Certificate(s) for the Bidder and all Sub Contractors Prior to Award, but effective at time of bid X Business Registration Certificate – Bidder and all Sub Contractors Prior to Contract Award X Non-Collusion Affidavit Prior to Contract Award X Experience and Background Questionnaire Prior to Contract Award X Insurance and Indemnification Certificate Prior to Contract Award X Disclosure of Investment Activities in Iran Form Prior to Contract Award X Certification of non-involvement in Prohibited Activities in Russia or Belarus Prior to Contract Award X Solid Waste Transporter License Prior to Contract Award X Statement of Qualifications Prior to Contract Award X Certificate of Public Convenience and Necessity Prior to Contract Award X Diesel Vehicle Retrofit Compliance Documentation Bidding Document; Prior to Contract Award X EEO/AA Form AA-302 or Letter of Federal Approval or Certificate of Employee Information Report After Notice of Award, Prior to Signing Contract X Bidder’s Checklist Prior to Contract Award This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not include all specifications requirements and does not relieve the bidder of the need to read and comply with the specifications. Bidder Date: Name: Authorized Representative: Signature: Print Name & Title: Publication Date/Time: 12/3/2025 12:00 AM Closing Date/Time: 2/3/2026 12:00 PM Pre-bid Meeting: January 13, 2026, at 9:00A.M Contact Person: Contract Documents, comprised of Specifications and instructions, have been filed in the Office of the Administrator of the Borough of Red Bank and may be obtained by prospective bidders at the Office of the Administrator of the Borough of Red Bank, 90 Monmouth Street, Red Bank, New Jersey 07081 or by request via e-mail to jgant@redbanknj.org beginning December 2, 2025. Business Hours: 9:00 AM - 4:00 PM Qualifications: 1. INSTRUCTIONS TO BIDDERS 1.1 THE BID The Borough of Red Bank is soliciting bid proposals from solid waste collectors interested in providing solid waste collection and/or disposal services and/or recyclable materials for a period up to 5 years, the initial term to commence on February 1, 2026, and ending on January 31, 2029, with the option to renew for two, one-year increments, totaling five (5) years of contract service, in accordance with the terms of these Bid Specifications and N.J.A.C. 7:26H-6 et seq. 1.2 CHANGES TO THE BID SPECIFICATIONS Notice of revisions or addenda to advertisements or bid documents relating to bids will, no later than seven days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids be published in The Asbury Park Press and the Star Ledger. 1.3 BID OPENING All bid proposals will be publicly opened and read by the Borough Clerk at the Red Bank Municipal Building on February 3, 2026 at 12:00P.M. Bids must be delivered by hand or by mail to the Borough Clerk no later than February 3, 2026 at 12:00P.M. All bid proposals will be date and time stamped upon receipt Bidder is solely responsible for the timely delivery of the bid proposal and no bids shall be considered which are presented after the public call for receiving bids. Any Bid Proposal received after the date and time specified will be returned, unopened, to the bidder. 1.4 DOCUMENTS TO BE SUBMITTED All documents as listed in the “Administrative Documents page are to be submitted in accordance with time frame indicated. 1.5 PRE BID CONFERENCE A pre-bid conference for this proposal will be held on January 13, 2026, at 9:00A.M., held on zoom. Invitations can be obtained by the Borough’s QPA consultant, Sean P. Canning, at scanning@thecanninggroup.org Failure to attend does not relieve the bidder of any obligations or requirements. The Borough of Red Bank will be represented and secure questions from all prospective bidders. All questions and requests for clarification will be documented and responses will be provided by way of a written addendum/clarification document. 2. DEFINITIONS 2.1 GENERAL "Bid proposal" means all documents, proposal forms. affidavits, certificates, statements required to be submitted by the bidder at the time of the bid opening. "Bid guarantee" means the bid bond, cashier's check, or certified check submitted as part of the bid proposal, payable to the contracting unit, ensuring that the successful bidder will enter into a contract. "Bid specifications" means all documents requesting bid proposals for municipal solid waste collection services contained herein. "Bulky waste" means type 13 waste, as defined at N.J.A.C. 7:26-2. B(g), including large household items of waste material, such as, appliances, white goods, furniture, light brush not over size (6') feet in length and six (6") inches in diameter, bundled and tied, not to exceed 50 pounds. "Certificate of insurance" means a document showing that an insurance policy has been written and includes a statement of the coverage of the policy. "Collection site" means the location of waste containers on collection day. "Collection source" means a generator of designated collected solid waste to whom service will he provided under the contract. "Consent of surety" means a contract guaranteeing that if the contract is awarded, the surety will provide a performance bond. "Contract" means the written agreement executed by and between the successful bidder and the governing body and shall include the bid proposal, and the bid specifications. "Contract administrator" is the person authorized by the contracting unit to administer contracts for solid waste collection services. "Contracting unit" means a municipality or any board, commission, committee, authority or agency, and which has administrative jurisdiction over any district other than a school district, project, or facility, included or operating in whole or in part, within the territorial boundaries of any county or municipality which exercises functions which arc appropriate- for the exercise by one or more units of local government and which has statutory power to make purchases and enter into contracts or agreements for the performance of any work or the furnishing or hiring of any materials or supplies usually required, the costs or contract price of which is to be paid with or out of public funds. "Contractor" means the lowest responsible bidder to whom award of the contract shall be made. "Designated collected recyclable material" or "Designated materials" means uncontaminated newspapers, uncontaminated, clean and unbroken glass containers; clean aluminum cans; uncontaminated, corrugated cardboard; clean ferrous (steel) cans; uncontaminated, clean polyethylene terephthalate (PET) bottles and high density polyethylene (HDPE) bottles; uncontaminated mixed paper; any item now or at any time during this contract, mandated by the New Jersey Department of Environmental Protection to be recycled; additional items as set forth in these specifications, or as . otherwise designated. "Designated collected solid waste" means Type 10 Municipal Waste. Designated solid waste collected solid waste shall not consist of recyclable materials, hazardous waste, or solid animal and vegetable waste collected by swine producers Licensed by the State Department of Agriculture to collect, prepare and feed such waste to swine on their own farms. "Disposal facility" means those sites designated in the Monmouth County Solid Waste Management Plan for use by the Borough of Red Bank. "Governing body" means the governing body of the Borough of Red Bank. "Holiday" means a regularly scheduled collection day on which the authorized Disposal Facilities are closed, including New Year's Day, Thanksgiving Day, and Christmas Day. "Legal newspaper" means The Asbury Park Press and the Star Ledger. "Proposal forms" mean those forms that must be used by all bidders to set forth the prices for services to be provided under the contract. "Service area" means the geographic area described below. The service area is as follows: the entire Borough of Red Bank. "Surety" means a company that is duly certified to do business in the State of New Jersey and that is qualified to issue bonds in the amount and of the type and character required by these specifications. Special Requirements: 3. BID SUBMISSION REQUIREMENTS 3.1 BID PROPOSAL 3.1.1 Each document in the bid proposal must be properly completed in accordance with N.J.A.C. 7:26H-6.5. No bidder shall submit the requested information on any form other than those provided in the bid specifications. 3.1.2 3.l.2. Bid Proposals shall be hand delivered or mailed in a sealed envelope, and the name and address of the bidder and the name of the bid as set forth in the Public Advertisement for Bids must be written clearly on the outside of the sealed envelope. No bid proposal will be accepted past the date and time specified by the Borough of Red Bank in the advertisement for bids. 3.1.3 Each bidder shall sign, where applicable, all bid submissions as follows: 3.1.3.1 For a corporation, by a principal executive officer. 3.1.3.2 For a partnership or sole proprietorship, by a general partner or the proprietor respectively; or 3.1.3.3 A duly authorized representative if: The authorization is made in writing by a person described in sections I and 2 above; and The authorization specifies either an individual or a position having responsibility for the overall operation of the business. 3.1.3.4 The bid proposal contains option bids. The Borough of Red Bank may, at its discretion, award a contract to the bidder whose aggregate bid price for the chosen option, or any combination of options, is the lowest responsible bidder; provided, however, the Borough shall not award the contract based on the bid price for separate options. 3.1.3.5 Any Bid Proposal that does not comply with the requirements of the bid specifications and NJ.A.C. 7:26h-6.1 et seq., may be rejected as non- responsive. 3.2 BID GUARANTEES 3.2.1 A Bid Guarantee in the form of a Bid Bond, Cashier's Check or Certified Check, made payable to the Borough of Red Bank in the amount of 10% of the highest aggregate year bid submitted, shall not exceed twenty thousand dollars ($20,000.00) must accompany the Bid Proposal. In the event that the bidder to whom the Contract is awarded fails to enter into the Contract in the manner and within the time required, the award to the bidder shall be rescinded and the bid guaranty shall become the property of the Borough of Red Bank. 3.3 EXCPETIONS TO THE BID SPECIFICATIONS 3.3.1 Any conditions, limitations, provisos, amendments, or other changes attached or added by the bidder to any of the provisions of these Bid Specifications or any changes made by the bidder on the Proposal Forms may result in rejection of the Bid Proposal by the Borough of Red Bank. 3.4 BRAND NAME OR EQUIVALENT 3.4.1 Whenever the Work Specifications identify a brand name, trade name or a manufacturer's name, this designation is used for classification or descriptive purposes only, and the bidder may substitute an equal product, subject to the approval of the Borough of Red Bank. 3.5 COMPLIANCE 3.5.1 The bidder shall be familiar with and comply with all applicable local, state and federal laws and regulations in the submission of the Bid Proposal and, if the bidder is awarded the contract, in the performance of the contract. 3.6 CONFLICT OF INTEREST AND NON-COLLUSION Each bidder must execute and submit as part of the Bid Proposal a "Non-Collusion Affidavit" which at a minimum shall attest that: 3.6.1 The bidder has not entered into any agreement or participated in any collusion with any other person, corporate entity or government entity, or competitive bidding either alone or with any other person, corporate entity or government entity in connection with the above named project. 3.6.2 3.6.2. ALL statements made in the bid proposal are true and correct and made with the full knowledge that the contracting unit relies upon the truth of those statements in awarding the contract; and 3.6.3 No person or business is employed to solicit or secure the contract in exchange for a commission, percentage brokerage agreement or contingency fee unless such person possesses a Certificate of Public Convenience and a license issued pursuant to N.J.A.C. 7:26-16 et seq. 3.7 NO ASSIGNMENT OF BID 3.7.1 The bidder may not assign, sell, transfer or otherwise dispose of the Bid or any portion thereof or any right or interest therein. This section is not intended to limit the ability of the successful bidder to assign or otherwise dispose of its duties and obligations under the contract provided that the Borough of Red Bank agrees to the assignment or other disposition. No such assignment of disposition shall become effective without the written approval of the New Jersey Department of Environmental Protection. 4. AWARD OF CONTRACT 4.1 GENERALLY 4.1.1 The Borough of Red Bank shall award the contract or reject all bids within the time specified in the invitation to bid, but in no case more than 60 days, except that the bids of any bidders who consent thereto may, at the request of the contracting unit, be held for consideration for such longer period as may be agreed. All bidders will be notified of the Borough of Red Bank's decision, in writing, by certified mail. 4.1.2 The contract or contracts will be awarded to the bidder or bidders whose aggregate bid price for the selected option is the lowest responsible bid. 4.1.3 The Borough of Red Bank reserves the right to reject any bid not prepared and submitted in accordance with the provisions hereof, and to reject any or all bids. In the event that the Borough of Red Bank rejects all bids, the Borough of Red Bank shall publish a notice of rebid no later than ten days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids. 4.2 NOTICE OF AWARD AND EXECUTION OF CONTRACT 4.2.1 Within fourteen calendar days of the award of the contract, The Borough of Red Bank shall notify the successful bidder in writing, at the address set forth in the Bid Proposal and such notice shall specify the place and time for delivery of the executed contract, the performance bond and vehicle dedication affidavit and the appropriate affirmative action documentation. Failure to deliver the aforementioned vendor documents as specified in the notice of award shall be cause for the Borough of Red Bank to declare the contractor non-responsive and to award the contract to the next lowest bidder. 4.3 RESPONSIBLE BIDDER 4.3.1 The Borough of Red Bank shall determine whether a bidder is "responsible" in accordance with N.J.S.A. 40A: 11-6.1 and N.J.A.C. 7:26h-6.8. The Bid Proposal of any bidder that is deemed not to be "responsible" shall be rejected. 4.4 PERFORMANCE BONDS 4.4.1 The successful bidder shall provide a bond issued by a surety in the amount equal to no more than 100% of the annual value of the contract. The successful bidder shall provide said performance bond at the time of execution of the agreement hereunder. The performance bond for each succeeding year shall be delivered to the Borough of Red Bank with proof of full payment of the premium no later than one hundred twenty (120) days prior to the expiration of the current bond. 4.4.2 Failure to deliver a performance bond for any one year of a multiyear contract one hundred twenty (120) days prior to the termination of the current bond will constitute a breach of contract and will entitle the Borough of Red Bank to terminate the contract upon the expiration of the current bond. Notwithstanding termination pursuant to this section, the contractor is obligated to fully perform through the date of termination of the contract and damages shall be assessed in an amount to the costs incurred by the Borough of Red Bank in rebidding the contract. 4.5 AFFIRMATIVE ACTION REQUIREMENTS 4.5.1 If awarded a contract, the successful bidder will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq. 4.6 VEHICLE DEDICATION AFFIDAVIT 4.6.1 The Contractor shall execute and submit at the time and place specified in the award notice a vehicle dedication affidavit which at a minimum shall attest that: 'The successful bidder will dedicate a fixed number of vehicles, reasonably calculated to meet the requirements of these bid specifications; or to the extent that dedication of a fixed number of vehicles is not feasible, the Contractor shall covenant that the Borough of Red Bank will only be accountable for its proportional share of the waste contained in the collection vehicle and shall be assessed charges based only on its share of the waste at the time of disposal. 4.7 ERRORS IN PRICE CALCULATION 4.7.1 Any discrepancy between a numerical price and a price written in words shall be resolved in favor of the price as written in words. Any discrepancy between the unit price multiplied by the quantity and a corresponding total price figure set forth in the Proposal Forms(s) shall be resolved in favor of a total price reached by multiplying the unit price by quantity. The corrected total shall be used to determine the award of the contract. After all Bid Proposals have been read, the bids will be tabulated and adjusted, if necessary, in accordance with this paragraph. If any mathematical corrections must be made on any bid proposal, then the Borough of Red Bank may not award a contract until all tabulations are complete. Miscellaneous: 5 WORK SPECIFICATIONS 5.1 GENERALLY 5.1.1 The contractor will provide work for the option selected by the Borough of Red Bank. The Borough of Red Bank shall select one or more collection Options for the contract period of three (3) years with two, one year renewal options, in accordance with any one or more of the option proposals submitted. 5.2 GEOGRAPHY AND TERRITORY 5.2.1 The Contractor shall provide collection, removal and disposal from within the territorial and geographical boundaries of the Borough of Red Bank as described in Attachment #1. 5.2.2 This information is merely provided for purpose of informing the Contractor. The Contractor shall rely on its own experience and judgment in anticipating actual volumes. The historical volumes, quantity and composition data herein arc approximately and are included solely for the purpose of providing bidders a common reference for bid preparation. These estimates are provided for the purpose of bid evaluation only and are not a guarantee as to the quantity of housing units to be serviced under the Contract. Contractors shall use their own experience and judgment in projecting how housing units ought to be anticipated. 5.2.3 This information is not intended to constitute any explicit or implicit representation as to actual volume or content of the waste stream. 5.2.4 RESIDENTIAL 5.2.4.1 The current estimated number of single family and multi-family housing units in the Borough is 3,153. 5.2.4.2 There are approximately 44 apartments, condominiums and townhome complexes consisting of approximately 1969 units, refer to attachment 2 for complex information. 5.2.5 COMMERCIAL 5.2.5.1 This contract includes collection from all commercial buildings, excepting food establishments. 5.2.6 INSTITUTIONAL 5.2.6.1 There are 3 (three) public schools requiring collection at least four days per week, at least one of which shall be Monday. Inclusion of the Public Schools in this contract shall not limit the right of the schools to make alternate arrangements to collect and sell recyclables for purposes of raising funds for school and student projects. 5.2.6.2 The current, estimated school population for each of the schools. 5.2.6.3 Primary School (222 River Street) 644 Students 5.2.6.4 Middle School ( 101 Harding Road 648 Students 5.2.6.5 Charter School (58 Oakland Street) 200 students 5.2.7 MUNICIPAL 5.2.7.1 Municipal facilities shall receive collection service on all of the regular collection days for the Option selected, or as otherwise agreed to between the contractor and the Borough. The following municipal facilities are included: 5.2.7.2 Municipal Building (90 Monmouth Street) 5.2.7.3 4 Firehouses 5.2.7.4 Public Utilities (75 Chestnut Street) 5.2.7.5 Senior Center (80 Shrewsbury Avenue) and Library 5.2.8 STREETS AND PARKS 5.2.8.1 The contractor shall be required to collect and dispose of the contents of all Borough litter containers once every day, seven days a week. Said containers are located at points throughout the Borough at the street curb, within bus shelters, and at approximately 7 municipal parks. The total number of such containers shall not exceed one hundred (160). Borough litter containers must be handled by the contractor carefully and without damage. The said litter containers, when emptied, shall be returned to the original location. The contractor shall be responsible for damage to the containers and liner inserts in accordance with the appropriate damage clause, as provided. In the event the collector shall fail to collect from the containers as set forth herein, the collector shall be subject to a penalty by deduction from payments due under the contract, the sum of fifty ($50.00) dollars per container, per day. 5.2.8.2 The Borough currently has 118 litter lockers in operation. 5.2.9 COLLECTION OPTIONS 5.2.9.1 The Contractor shall collect, remove and dispose of all garbage and other refuse material within the boundaries of the Borough of Red Bank in the manner herein set forth and shall perform said work in strict compliance with the provision of all the ordinances of the Borough of Red Bank, now or hereinafter in force and subject to the approval of the governing body. 5.2.9.2 Such waste shall be placed by occupants in suitable containers along the curb of a public street bordering their property. Various sturdy, reusable container types are utilized by residents for the existing collection. No modifications to this procedure are anticipated at this time and the Contractor's method of collection shall be capable of servicing all of the existing containers. Empty containers shall be returned to their original position in its structurally designated space or at the curb line or a sufficient distance from the public right of way to permit proper and safe vehicle and pedestrian traffic. In any event, the containers shall not be thrown, nor shall they be returned in any position other than in an upright fashion. 5.2.9.3 In the case of certain Multi-Family Housing, materials are placed in common pick-up areas for collection, subject to accessibility for COLLECTION vehicles. However, the physical layout of some Multi-Family Housing within the Borough 5.2.9.4 do enable placement of materials at the curb and the Contractor shall be required to provide curbside collection at these locations. 5.2.9.5 In the case of apartment/condominium complexes, type 10 materials are placed in dumpsters located in common pick-up areas for collection, subject to accessibility for collection vehicles. 5.2.9.6 Upon mutual consent of the Borough and the Contractor, for good cause shown, such routes and schedules may be modified if determined to be in the best interest of the Borough. Collections are to be made regardless of weather conditions. The Contractor agrees to assist the Borough or its representative in the designation of collection areas and the designation of collection days for such areas. 5.2.9.7 The Contractor shall agree to have adequate personnel on each truck to guarantee safe, prompt, and efficient collection service. Collections are to be made with as little disturbance as possible without unnecessary noise and every effort should be made to minimize unnecessary idling, the collection workers are to use courtesy and proper conduct in their relationship with residents and the general public. Every trash receptacle shall be entirely emptied and carefully returned to the location from which it was taken, in original upright position, with lids replaced. 'Throwing receptacles to the ground from the top of any vehicle is prohibited and a fine of fifty ($50.00) dollars will be levied for each offense. Any receptacle broken in violation of this section shall be replaced at once at the expense of the contractor mid failure to abide with this regulation will permit the Borough to purchase same for the property owner and deduct said cost from monies due to the contractor. All items spilled on the ground by the collector and its employees shall be retrieved and placed in the collector's truck prior to the truck proceeding. Failure to retrieve spilled waste will result in a fine of $50.00 for each offense. 5.2.9.8 The Contractor shall establish and maintain an information system to provide storage and ready retrieval of all information necessary to verify calculations made pursuant to the record keeping required herein. The Contractor shall prepare and maintain proper, accurate and complete books and records and account for all of its transactions related to the Boroughs and the Contractors Rights. 5.2.9.9 Organics - composting/organics are to be considered as part of the new contract. I.e. if the borough keeps three pickups a week, one would be trash, one recycling, and one organics. 5.2.10 TYPE 10 & TYPE 13 TIPPING FEES 5.2.10.1. It shall be the responsibility of the Borough of Red Bank, not the Contractor, to pay the tipping fees for garbage and other items collected under the contract. The contractor shall, however, cooperate with the Borough of Red Bank, in all respects in ensuring that the billing for said tipping fees is correct and accurate. To this end, the contractor shall not collect or tip any waste from any source, other than waste collected under this contract, with or from the same vehicles or equipment which also contain waste collected under this contract. Furthermore, the contractor, by execution of the contract, warrants that all tipping fees billed to the Borough of Red Bank shall be solely for waste collected under this contract. The contractor is also required to provide any and all information which the Borough requests regarding any collection services provided by the contractor within the municipal boundaries of the Borough of Red Bank or provided with the same vehicles or equipment utilized to collect waste under the contract. 5.2.11 TYPE 10 MUNICIPAL WASTE COLLECTION 5.2.11.1 Please read the options below carefully as there are several options. The FREQUENCY OF Type 10 collection from institutional and Municipal sources is specified herein. There shall be no more than three (3) days between collections from any given container, except if collection is not made within the Borough due to a holiday. 5.2.12 OPTION #1 5.2.13 TYPE 10 MUNICIPAL WASTE - Once weekly year round 5.2.13.1 Collections from residential and commercial properties are to be made once weekly on regular collection days, which have been designated by the Borough (for example, one-half of the Borough on Tuesday and the other half on Thursday). 5.2.14 OPTION # 2 5.2.15 TYPE 10 MUNICIPAL WASTE - Twice weekly year-round 5.2.15.1 Collections from residential and commercial properties are to be made twice weekly on regular collection days, which have been designated by the Borough (one-half of the Borough on Monday and Thursday and the other half on Tuesday and Friday). 5.2.15.2 The contractor shall not allow more than three (3) calendar days to elapse between collections, removal, and disposal with respect to any street, district, or ward of the Borough. 5.2.16 OPTION #3 5.2.17 TYPE 10 MUNICIPAL WASTE - Once weekly, twice weekly summer 5.2.17.1 Except during the period of time between Memorial Day and Labor Day, collections from residential and commercial properties arc to be made once weekly on regular collection days, which have been designated by the Borough (for example, one-half of the Borough on Tuesday and the other half on Thursday). 5.2.17.2 Between Memorial Day and Labor Day, collections from residential and commercial properties arc to be made twice weekly on regular collection days, which have been designated by the Borough (one-half of the Borough on Monday and 'Thursday and the other half on Tuesday and Friday). 5.2.18 OPTION #4A & 4B 5.2.19 TYPE 13 BULKY WASTE AND WHITE GOODS COLLECTION 5.2.19.1 The Contractor shall be responsible for Borough-wide collection of bulky waste and white goods. The Borough may select once per month collection or once per quarter collection with a limit on the number of bulky items to be determined based on the frequency of collection. 5.2.19.2 All bulky waste and white goods collected shall become the Contractor's responsibility and shall be immediately removed to a properly licensed center for proper and ultimate disposal. No material shall be put upon the land or in any stream within the Borough. 5.2.19.3 The Contractor shall be responsible to locate a market for the white goods and may keep any and all revenues derived therefrom. The Borough will pay disposal fees for white goods. 5.2.19.4 The Contractor shall be responsible for the removal of all Freon from collected white goods. 5.2.19.5 Bulky waste and white goods, once picked up, cannot be stored temporarily on any Borough property or right of way without previous written approval from the Borough. 5.2.19.6 All costs, excluding tipping fees, incurred by the contractor as a result of administering and adhering to the specifications relative to the pickup of bulky waste and white goods shall be incidental lo, meaning the costs are to be included in and are not in addition to, the bid for this option. 5.2.19.7 The Contractor, within fourteen (14) days of each collection provide the Borough with a written report, with appropriate documentation., as to the gross weight_ of all metal products collected. 5.2.20 OPTION # 5 5.2.21 RECYCLING COLLECTION 5.2.21.1 The objective of the Program is to provide residents within the Borough with curbside Collection of Designated Materials, and with transportation of the collected Designated Materials to a MRF, Market or Purchaser, as well as services to the public schools and municipal facilities within the Borough. 5.2.21.2 The contractor shall be responsible for the collection of recyclables curbside on a strict weekly schedule, once per week on Wednesday, unless otherwise specified by the Borough. These recyclables shall be single stream, consisting of both co-mingled products and mixed paper together. In the normal course of business, the Contractor shall collect all recyclables in one day on the scheduled date. 5.2.21.3 The Contractor must be thoroughly familiar with industry-accepted practices for collecting, receiving, loading, unloading, processing, transporting and Marketing of Designated Materials. Contractors must also be familiar and comply, without limitation, with applicable NJDEP, State and Federal Department of Transportation (DOT, and State and Local requirements for Collecting, receiving, loading, unloading, and transporting, Recycling, Processing and Residue disposal for Designated Materials and Processed materials. 5.2.21.4 The Contractor must possess all necessary State, Federal and local licenses, approvals and permits required for the Collecting, receiving, loading, unloading, processing and Marketing of Designated Materials. The Contractor shall utilize employees trained in the transportation and Processing of the Designated Materials and shall supply and utilize materials and equipment necessary for collecting, receiving, loading, unloading, processing, transporting, and other recycling said materials, in a manner conforming to New Jersey, Federal, other applicable state and local laws and regulations. 5.2.21.5 The Contractor shall submit a certification with his bid, on the form provided, that it has and shall maintain in effect the following items during the Contract Tenn: a valid permit if applicable, for any MRF or other processing facility utilized by the Contractor or an Agreement to Process and recycle the Designated Materials at that facility; Transporter's Licenses; and properly registered collection vehicles, transport vehicles, tractors and trailers to be used by the Contractor to transport Designated Materials to a MRF and/or Market, and/or Processed Material to a Market for final disposition. 5.2.21.6 The Contractor shall furnish, without limitation, all labor, material and equipment necessary to provide for the collection, processing and/or marketing of Designated Materials generated from within the Borough. The required services shall be bid as a "full-service contract" Subcontracting of the required services will be permitted; however, the selected Contractor shall own and operate the business that provides the required Collection services. 5.2.21.7 Beginning on the Commencement Date, the Contractor shall collect the Designated Materials placed at curbside in the Borough or, in the case of apartment/condominium complexes, at locations designated by the management of the dwellings and/or the Borough, and from public schools and municipal facilities as hereafter specified. 5.2.21.8 The contractor will deliver or cause to be delivered materials from the Borough to an MRF, Processor, or an existing Market selected by the Contractor. 5.2.21.9 The Contractor shall maintain accurate records of the Designated Materials collected, on a truck-by-truck basis. Said records shall be submitted by the Contractor on a monthly basis, and shall include a breakdown, by weight, of each Designated Material delivered to any MRF operated by the Contractor or others, or that is directly delivered to end-user Markets. 5.2.21.10 The Contractor shall keep and maintain full and accurate books, records, vouchers and accounts in connection with the Collection, Processing and Marketing services provided for herein including but not limited to any and all records, such as scale receipts and copies of payment vouchers, evidencing tonnage deliveries to Purchasers. The Borough requires accurate information on the monthly totals for all categories of Designated Materials. All such books, records, vouchers and accounts shall be kept and maintained by the Contractor for a period of five (5) years and may be inspected and/or audited by the Borough at any time during working hours at the Borough's expense. 5.2.21.11 The Contractor shall be responsible for providing assistance in the enforcement of the Program. 5.2.21.12 The Contractor may reject unacceptable materials under reasonable circumstances. The procedure to be employed by the Contractor for providing the generators of unacceptable Materials with adequate notice of the reason for rejecting any Unacceptable Material shall include a designated form to be left with the rejected materials, which identifies the reason(s) for rejection and identifies the individual or party to contact for information on proper compliance with the Recycling Program. 5.2.22 TECHNICAL RECYCLING SPECIFICATIONS (SINGLE STREAM) 5.2.22.1 The following recyclable materials (as previously defined) shall be comingled single Stream: 5.2.22.1.1 Glass containers aluminum cans, ferrous containers, Plastic bottles, Paper, Newspaper, Mixed paper, Corrugated containers or "OCC", Books, Empty aerosol containers, Empty quart and gallon latex paint cans (lids off), Empty quart and gallon oil-based paint cans (lids off), Empty milk/juice cartons (paper) 5.2.22.1.2 Upon mutual consent of the Borough and the Contractor, the Borough reserves the right to add additional categories of recyclable materials in the future. 5.2.22.1.3 In conformity with the Marketing Plan Submitted with its Bid, at the time of the award of the Contract, the Contractor shall provide written verification of market commitments for material disposition (Marketing) for the term of the Contract, including renewal periods. 5.2.22.1.4 The Borough shall seek to receive a percentage share of the annual revenues generated from the Marketing of Designated Materials as per certified annual reports. 5.2.22.1.5 In the event of negative revenues as to the Marketing of Designated Materials, it shall be the responsibility of the Borough of Red Bank, not the Contractor, to pay the tipping fees for Designated Materials collected under the contract, provided, however, the Borough of Red Bank reserves the right to require the contractor to dispose of Designated Materials at the lowest possible cost within a reasonable distance of the limits of the Borough. 5.2.22.1.6 The contractor shall cooperate with the Borough of Red Bank, in all respects in ensuring that the billing for said tipping fees is correct and accurate. To this end, the contractor shall not collect or tip any Designated Materials from any source, other than Designated Materials collected under this contract, with or from the same vehicles or equipment which also contain Designated Materials collected under this contract. Furthermore, the contractor, by execution of the contract, warrants that all tipping fees billed to the Borough of Red Bank shall be solely for Designated Materials collected under this contract. The contractor is also required to provide any and all information which the Borough requests regarding any collection services provided by the contractor within the municipal boundaries of the Borough of Red Bank or provided with the same vehicles or equipment utilized to collect Designated Materials under the contract. 5.2.22.1.7 Upon placement of the Designated Materials in the Collection vehicle, title to such Designated Materials shall pass to the Contractor, provided, however, that such title shall not relieve the contractor or its obligations under the Contract. In the event that no market exists for disposition of a category of Designated Material or if the Contractor is required to pay a Purchaser to accept a category of Designated Material (such circumstance being generally referred to as a "negative market'') the Contractor shall be responsible for all costs of disposition of such category of Designated Material. 5.2.22.1.8 Additional submissions. The following information, described below and without limitation, shall be submitted with the bid package: 5.2.22.1.9 Technical Description of MRF -A brief technical description of the MRF to be utilized by the Contractor (including Processing by self or others if applicable) shall be provided. Information shall include a description of the processing-line for commingled material and for the paper stream. An overview of the industry-accepted material grade (e.g., furnace ready cullet) as produced by the equipment, shall also be incorporated in the description. In the event that separate facilities are used for the commingled material versus the paper stream, a description of each separate facility shall be provided. 5.2.22.1.10 Materials Marketing Plan Form -The Bidder shall submit a brief description of the forms of the materials to be marketed and a list of markets to be utilized by Bidder. (For example: #8 newspapers baled; marketed to XYZ Paper Co., as per current contractual agreement.) 5.2.22.1.11 List of Subcontractors -The Bidder shall identify all subcontractors used. 5.2.22.1.12 Equipment Certification Form -The Bidder shall provide a list of trucks and tractor(s)/trailer(s) to be utilized for this contract on the Equipment Certification Form. 5.2.22.1.13 The successful Bidder shall submit the following information within twenty-four (24) hours following notice of award of this Contract and contemporaneous with execution of the Contract: copies of Market Contracts, Agreements or Commitments, as appropriate. 5.3 CONTAINERS 5.3.1 Collections at all public schools within the Borough shall be by way of containers placed and serviced by the Contractor at each school site. Due to the specialized waste stream generated by schools, the Borough relies upon the expertise and experience of the Bidder as concerns this service in general and specifically as to the size and number of containers, but at a minimum, each such school shall be provided with an appropriately sized dumpster, if necessary, for each solid waste type and collection shall be made at the rear of the school on an as-needed basis. Inclusion of the Public Schools in this contract shall not limit the right of the schools to make alternate arrangements to collect and sell recyclables for purposes of raising funds for school and student projects. 5.3.2 Municipal Building, Department of Public Works, and Senior Citizen/Community Center, shall each be provided with appropriately sized dumpsters, if necessary, for each waste type, each of which will be emptied on an as-needed basis. Pickup shall be on all of the regular collection days for the Option selected. 5.3.3 If necessary for particular pickup locations, the Contractor shall provide to any apartment complex, planned unit development or condominium complex an appropriately sized dumpster for each waste type pick-up Refer to Attachment 2 for complex information. 5.4 COLLECTION SCHEDULE 5.4.1 All collection services, as described in these specifications, shall be performed on all designated days between 6:00 am. and 3:00 p.m. 5.4.2 The following legal holidays are exempted from the waste collection schedule: When the authorized Disposal Facilities are closed, including New Year's Day, Thanksgiving Day, and Christmas Day. Should a regular collection date fall on a legal holiday, collection shall be on the next regular business day thereafter or as otherwise agreed between the Contractor and the Borough. 5.4.3 Trucks shall follow the same route, which shall not be changed so that service to residents will be reasonably uniform in time and pattern. Collection routes shall be established by the Borough upon consultation with the Contractor. 5.5 SOLID WASTE DISPOSAL 5.5.1 All solid waste collected within the Borough of Red Bank shall be disposed of in accordance with the Monmouth County Solid Waste Management Plan. For the term of this contract, all waste collected pursuant to the terms of the contract shall be disposed of at Monmouth County Reclamation Center. 5.5.2 The Borough of Red Bank reserves the right to designate another disposal facility in accordance with the Monmouth County Solid Waste Management Plan or in the event that the designated Disposal Facility is unable to accept waste. The Borough will assume all additional costs or benefits that are associated with such designation. Any such change shall be made by way of duly authorized Change Order. 5.6 VEHICLES AND EQUIPMENT 5.6.1 All vehicles shall be registered with, and conform to the requirements of the: New Jersey Department of Environmental Protection, in accordance with N.J.A.C. 7:26- 3.1 et seq. 5.6.2 All collection trucks shall be closed compaction types of adequate capacity, completely enclosed and water tight Subject to the prior approval of the Contract Administrator, the Contractor may employ equipment other than compaction type vehicles on streets whose width precludes the use of such vehicles. The Contractor shall specify whether the vehicles are side, front or rear loading. 5.6.3 All vehicles shall be maintained in good working order and shall be constructed, used and maintained so as to reduce unnecessary noise, spillage and odor. The Contract Administrator shall have the right to inspect all vehicles, at any time, during the term of this contract, and the Contractor shall comply with all reasonable requests relative to the maintenance and repair of said vehicles and other equipment used in the execution of the Contract Ivehicles shall be equipped with a broom and shovel. 5.6.4 The Contract Administrator may order any of the Contractor's vehicles used in performance of the contract out of service if the vehicle is not maintained in accordance with the requirements of these Work Specifications. In such event, the Contractor shall replace such vehicle, at its sole cost and expense, with a conforming vehicle satisfactory to the Contract Administrator. 5.6.5 Except as otherwise required, the Contractor shall provide and maintain all equipment necessary and required for the Collection, including, but not necessarily limited to, front-end loaders, roll-off containers, hauling vehicles and trailers, and maintenance and utility vehicles. 5.6.6 The Contractor shall be solely responsible for both the: operation and maintenance of the equipment. This equipment shall be owned or leased by the Contractor. 5.6.7 All vehicles and equipment shall be maintained in good operating condition, both with respect to safety and sanitation. The Contractor shall perform required preventive and corrective maintenance, and repairs on this equipment during the term of the Contract. Repairs, maintenance, fueling, spare parts, tolls and any and all other expenses incurred in connection with the operation and maintenance of the Contractor's equipment shall be the sole responsibility of the contractor. The Borough shall not be responsible for any costs beyond the price indicated on the bid forms. 5.6.8 All vehicles shall be washed and cleaned regularly and kept in proper condition. 5.6.9 Trucks and equipment shall likewise be of a uniform color. 5.7 NAME ON VEHICLES 5.7.1 The name, address and service phone number of the Contractor shall be placed clearly and distinctly on both sides of all vehicles used in connection with the collection services. 5.8 TELEPHONE FACILITIES AND EQUIPMENT 5.8.1 The Contractor must provide and maintain an office within reasonable proximity of the Borough of Red Bank with sufficient telephone lines to receive complaints or inquiries. The Contractor shall insure that phone service is activated prior to the commencement of service. 5.8.2 It is the direct responsibility of the contractor to establish, maintain, and staff a "hot line", for the purpose of answering inquiries and/or responding to complaints from the general public. In addition to inquiries from the public, the Contractor will receive notifications of missed collection stops and dispatch the vendor's collection crews as a response. The "hot line" phone number shall be a toll-free telephone exchange staffed between the hours of 6 am. to 5 p.m., Mondays through Fridays, with an answering machine provided after the stated hours. The Borough of Red Bank shall list the Contractor's telephone number in directories/Listings; all persons will be directed to utilize the "hot line" to advise the Contractor regarding missed pickups or complaints, as well as for general inquiries. 5.8.3 The contractor shall maintain at all times (24 hours a day, 7 days a week), at least one telephone number available for use by the Borough Manager, representatives of the Red Bank Department of Public Works, and the Health Officer for the Borough of Red Bank, which number shall be answered by a designated contact person who shall be available for purposes of handling emergent problems as concerns performance of the contract, including, but not limited to, those situations creating a public health nuisance. 5.8.4 At all times that the contractor is working within the Borough, a cellular telephone number will be supplied to the Borough for the on-road supervisor on duty. 5.9 FAILURE TO COLLECT 5.9.1 The Contractor shall report to the Contract Administrator, within one (1) hour of the start of the Collection Day, all cases in which severe weather conditions preclude collection. In the event of severe weather, the Contractor shall collect solid waste no later than the next regularly scheduled collection day. In those cases where collection is scheduled on a one collection per week basis, a collection will be made as soon as possible, but in no event later than the next scheduled collection day. 5.9.2 In the event of emergency or extraordinary circumstances that prevent collection on the schedule day, an e-mail shall be sent and a telephone call placed to the Borough Administrator and Director of Public Works prior to 6am. of the Collection Day stating the reasons. The Contractor shall collect the next. regular business day thereafter or as otherwise agreed between the Contractor and the Borough. 5.9.3 In the event of emergency or extraordinary circumstances that prevent collection from being completed prior to the conclusion of the Collection Day, an e-mail shall be sent and a telephone call placed to the Borough Administrator and Director of Public Works prior to 3 p.m. of the Collection Day stating the reasons. The Contractor shall be collected the next, regular business day thereafter or as otherwise agreed between the Contractor and the Borough. 5.9.4 Prior to the start of the Collection Day, the Contractor's hot line shall contain a message citing the reason for the collection delay, informing the public of the need for an alternate collection day, and advising the public of the alternate collection day. 5.9.5 In the event the collector shall fail to collect as specified or violate the provisions of this section, the collector shall be subject to a penalty by deduction from payments due under the contract, the sum of $50.00 per property per day. 5.10 COMPLAINTS 5.10.1 The Contractor shall promptly and properly attend to all complaints of customers and all notices, directives and orders of the Contract Administrator within twenty-four (24) hours of the receipt of same. The Contractor shall be required to maintain a log of all complaints received and the action taken to remedy the complaints. The Complaint log shall be available for inspection by the Borough of Red Bank. 5.12.2. The Contractor shall submit a copy of all complaints received and the action taken to the Borough of Red Bank. 5.10.2 Submissions should be made on a no less than monthly basis by e-mail to the Borough Manager and Director of Public Works. The Complaint log shall contain the name, address, and phone number of the calling party, as well as the time the complaint was received, a description of the nature of the complaint, and a description of the Contractor response and/or method utilized to rectify the issue related to the complaint. 5.10.3 Missed pickups shall be remedied within twenty-four (24) hours of the receipt of same. The contractor may be subject to a fine of fifty ($50.00) dollars per day, per household, for missed pick-ups not so remedied, which fine may be deducted from the invoice amount submitted by the contractor. 5.11 SOLICITATION OF GRATUITIES 5.11.1 The Contractor shall ensure that no agent or employee shall solicit or receive gratuities of any kind for any of the work or services provided in connection with the contract. 5.12 INVOICE AND PAYMENT PROCEDURE 5.12.1 The Contractor shall submit all invoices for collection and/or disposal services in accordance with the requirements of this section. 5.12.2 Within 30 days after the end of each calendar month during the term of the contract during which the Contractor provided services as provided in these Bid Specifications, the Contractor will submit an invoice to the Borough of Red Bank for the preceding calendar month (the "Billing Month"). 5.12.3 Where the Contractor has paid the costs of disposal, the Contractor shall submit a separate invoice to the Borough of Red Bank for reimbursement 5.12.4 The Borough of Red Bank shall pay all invoices within 30 days of receipt The Borough of Red Bank will not be obligated to pay a defective invoice until the defect is cured by the Contractor. The Borough of Red Bank shall have 30 days from the date of receipt of the date of receipt of invoice to make payment. 5.12.5 Invoices shall specify the number and type of vehicle used for the collection in the contracting unit, the loads per truck, and the number of cubic yards and the tonnage of the material disposed of each day during the billing month. The tonnage for which the Borough of Red Bank shall be charged shall be the difference between the weight of the vehicle upon entering the disposal facility and the tare weight of the vehicle. 5.12.6 The Contractor shall submit an invoice setting forth the costs (including all taxes and surcharges) of disposal billed by or paid to the Disposal Facility. Where the Contractor has paid the costs of disposal, the Borough of Red Bank shall reimburse the Contractor for the actual quantity of waste disposed of based on the monthly submission of certified receipts from the Disposal Facility. The invoices shall specify the number and type of vehicle used for collection in the governing body; the number of cubic yards and the tonnage of the material disposed of each day during the billing month; and monthly receipts issued by the disposal facility showing: 5.12.6.1 The amount of the invoice; 5.12.6.22. The origin of the waste; 5.12.6.33. The truck license plate number; 5.12.6.44. The total quantity and weight of the waste; and 5.12.6.55. The authorized tipping rate plus all taxes and surcharges. 5.12.7 Where the Borough of Red Bank will pay the costs of disposal, the disposal facility shall bill the Borough of Red Bank directly for all costs (including taxes and surcharges). 5.13 COMPETENCE OF EMPLOYEES 5.13.1 The Contractor's employees must be competent in their work, and if any person employed shall appear incompetent or disorderly, the Borough of Red Bank shall notify the contractor and specify how the employee is incompetent or disorderly and the contractor shall take steps to correct and remedy the situation, including disciplinary action if necessary. Any employee who drives or will drive a vehicle in the course of employment pursuant to the contract must possess a valid New Jersey driver's license for the type of vehicle operated. 5.14 SUPERVISION OF EMPLOYEES 5.14.1 The Contractor shall employ a Superintendent or Foreman who shall have full authority to act for the Contractor who shall be present within the Borough of Red Bank during all collection Time, and shall be readily available to the designated Borough Employee by cellular telephone. The Contractor shall notify the Contract Administrator. in writing. That a supervisor has been appointed. Such notification shall be given prior to beginning performance of the contract. The Contractor shall promptly notify the Contract Administrator. in writing. of any damages. 5.15 INSURANCE REQUIREMENTS 5.15.1 The Contractor shall take out and maintain in full force and effect at all times during the lite of this Contract insurance in conformance with the requirements of N.J.A.C. 7:26h-6.17. The insurance policy shall name the Borough of Red Bank as an Additional Named insurance indemnifying the Borough of Red Bank with respect to the contractors actions pursuant to the Contract. 5.16 CERTIFICATES 5.16.1 Upon notification by the Borough of Red Bank, the lowest responsible bidder shall supply to the Contract Administrator, within five days of notification, a certificate of insurance as proof that the insurance policies required by these specifications are in full force and effect. 5.17 INDEMNIFICATION 5.17.1 The Contractor shall indemnify and hold harmless the Borough of Red Bank from and against all claims, damages, losses, and expenses including all reasonable expenses incurred by the Borough of Red Bank on any of the aforesaid claims that may result or arise directly or indirectly, from or by reason of the performance of the contract or limn any act or omission by the Contractor, its agents, servants, employees or subcontractors and that results in any loss of life or property or in any injury or damage to persons or property. Related Documents: Solid Waste Bid 2025 PDF Solid Waste Bid 2025 Addendum PDF Return To Main Bid Postings Page Live Edit
Document Text
--- Document: Solid Waste Bid 2025 PDF --- BOROUGH OF RED BANK MONMOUTH COUNTY, NEW JERSEY NOTICE TO BIDDERS SOLID WASTE AND RECYCLING COLLECTION SERVICES Public notice is hereby given that the Borough of Red bank, County of Monmouth, New Jersey is soliciting bid proposals from SOLID WASTE AND RECYCLING WASTE COLLECTION CONTRACTORS interested in providing curbside solid waste and recycling collection and disposal services. Bid opening will be conducted at the BOROUGH OF RED BANK, Municipal Clerk's Office, 90 Monmouth Street, Red Bank, New Jersey on February 3, 2026 at 12:00P.M., prevailing time at which time and place bids will be opened and read in public. Contract Documents, comprised of Specifications and instructions, have been filed in the Office of the Administrator of the Borough of Red Bank and may be obtained by prospective bidders at the Office of the Administrator of the Borough of Red Bank, 90 Monmouth Street, Red Bank, New Jersey 071 or by request via e-mail to jgant@redbanknj.org beginning December 2, 2025. Bids shall be submitted on the forms provided, in the manner designated therein and required by the Specifications. They must be enclosed in sealed envelopes, bearing the name and address of the bidder and labeled "PROPOSAL TO PROVIDE COLLECTION, REMOVAL & DlSPOSAL OF SOLID WASTE AND/OR RECYCLABLE MATERIALS" on the outside, addressed to the Municipal Clerk, BOROUGH OF RED BANK, MONMOUTH COUNTY, NEW JERSEY. A pre-bid conference for this proposal will be held on January 13, 2026, at 9:00A.M. Via zoom meeting. Information and link to obtain the pre bid conference can be obtained from Sean P. Canning, QPA Consultant at scanning@thecanninggroup.org Failure to attend does not relieve the bidder of any obligations or requirements. Proposal forms shall not be removed from the form of proposal. Proposals must be made upon the blank forms provided. Bidders are notified that they must comply with the New Jersey Prevailing Wage Act (Chapter 150 of the Laws of 13, as amended) and that award will not be given to any bidder whom the Commissioner of Labor and Industry does not certify. Bidders must have at the time of bid, a Business Registration Certificate issued by the New Jersey Department of Treasury. Bidders are required to comply with the requirements of NJSA I 0:5-31 et seq. and NJAC 17:27 for an affirmative action program for equal employment opportunity. Bidders must also comply with the requirements of P.L. 1977, Chapter 33 amending the Local Public Contracts Law. Bidders must submit a statement of corporation or members of the partnership who own ten percent (10%) or more of its stock or have a ten percent (10%) or greater interest in the case of partnership. Bidders must supply a copy of their A-901 License from the NJDEP, a Certificate of Public Convenience and Necessity from NJDEP and registration by the NJDEP. No bid may be withdrawn for sixty (60) days after the opening of bids. A Contract will be awarded to the lowest responsible bidder, or all proposals will be rejected within sixty (60) days after the opening of bids. The Mayor and Council of the BOROUGH OF RED BANK reserve the right to reject all bids in accordance with the New Jersey Local Public Contracts Law, N.J.S.A. 40A:11-1 et. Seq., Administrative Documents Applicable to Bid if marked “X” DOCUMENTATION REQUIRED OR REVIEWED Initials When Due if not submitted with Bid X Bid Guarantee (Bid Bond or Certified/Cashier’s Check) (with POA for full amount of Bid Bond) With Bid Submission X Consent of Surety (Certificate from Surety company) With Bid Submission X Performance Bond and Labor and Material Payment Bond (Required from the Awarded Contractor) At signing of contract X A photocopy of bidder's certificate of public convenience and necessity and an approval letter issued in conformance with N.J.S.A. 13:IE-126 et seq.; Prior to Contract Award X Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued) With Bid Submission X Ownership Disclosure Form With Bid Submission X Recycling Markets Affidavit Bidding Document; Prior to Contract Award X Public Works Contractor Registration Certificate(s) for the Bidder and all Sub Contractors Prior to Award, but effective at time of bid X Business Registration Certificate – Bidder and all Sub Contractors Prior to Contract Award X Non-Collusion Affidavit Prior to Contract Award X Experience and Background Questionnaire Prior to Contract Award X Insurance and Indemnification Certificate Prior to Contract Award X Disclosure of Investment Activities in Iran Form Prior to Contract Award X Certification of non-involvement in Prohibited Activities in Russia or Belarus Prior to Contract Award X Solid Waste Transporter License Prior to Contract Award X Statement of Qualifications Prior to Contract Award X Certificate of Public Convenience and Necessity Prior to Contract Award X Diesel Vehicle Retrofit Compliance Documentation Bidding Document; Prior to Contract Award X EEO/AA Form AA-302 or Letter of Federal Approval or Certificate of Employee Information Report After Notice of Award, Prior to Signing Contract X Bidder’s Checklist Prior to Contract Award This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not include all specifications requirements and does not relieve the bidder of the need to read and comply with the specifications. Bidder Date: Name: Authorized Representative: Signature: Print Name & Title: SOLID WASTE & RECYCLING COLLECTION SERVICE BID SPECIFICATIONS 1. INSTRUCTIONS TO BIDDERS 1.1 THE BID The Borough of Red Bank is soliciting bid proposals from solid waste collectors interested in providing solid waste collection and/or disposal services and/or recyclable materials for a period up to 5 years, the initial term to commence on February 1, 2026 and ending on January 31, 2029, with the option to renew for two, one-year increments, totaling five (5) years of contract service in accordance with the terms of these Bid Specifications and N.J.A.C. 7:26H-6 et seq. 1.2 CHANGES TO THE BID SPECIFICATIONS Notice of revisions or addenda to advertisements or bid documents relating to bids will, no later than seven days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids be published in The Asbury Park Press and the Star Ledger. 1.3 BID OPENING All bid proposals will be publicly opened and read by the Borough Clerk at the Red Bank Municipal Building on February 3, 2026 at 12:00P.M. Bids must be delivered by hand or by mail to the Borough Clerk no later than February 3, 2026 at 12:00P.M. All bid proposals will be date and time stamped upon receipt Bidder is solely responsible for the timely delivery of the bid proposal and no bids shall be considered which are presented after the public call for receiving bids. Any Bid Proposal received after the date and time specified will be returned, unopened, to the bidder. 1.4 DOCUMENTS TO BE SUBMITTED All documents as listed in the “Administrative Documents page are to be submitted in accordance with time frame indicated. 1.5 PRE BID CONFERENCE A pre-bid conference for this proposal will be held on January 13, 2026, at 9:00A.M.Keld on zoom. Invitations can be obtained by the Borough’s QPA consultant, Sean P. Canning, at scanning@thecanninggroup.org Failure to attend does not relieve the bidder of any obligations or requirements. The Borough of Red Bank will be represented and secure questions from all prospective bidders. All questions and requests for clarification will be documented and responses will be provided by way of a written addendum/clarification document. 2. DEFINITIONS 2.1 GENERAL "Bid proposal" means all documents, proposal forms. affidavits, certificates, statements required to be submitted by the bidder at the time of the bid opening. "Bid guarantee" means the bid bond, cashier's checkor certified check submitted as part of the bid proposal, payable to the contracting unit, ensuring that the successful bidder will enter into a contract. "Bid specifications" means all documents requesting bid proposals for municipal solid waste collection services contained herein. "Bulky waste" means type 13 waste, as defined at N.J.A.C. 7:26-2. B(g), including large household items of waste material, such as, appliances, white goods, furniture, light brush not over size (6') feet in length and six (6") inches in diameter, bundled and tied, not to exceed 50 pounds. "Certificate of insurance" means a document showing that an insurance policy has been written and includes a statement of the coverage of the policy. "Collection site" means the location of waste containers on collection day. "Collection source" means a generator of designated collected solid waste to whom service will he provided under the contract. "Consent of surety" means a contract guaranteeing that if the contract is awarded, the surety will provide a performance bond. "Contract" means the written agreement executed by and between the successful bidder and the governing body and shall include the bid proposal, and the bid specifications. "Contract administrator" is the person authorized by the contracting unit to administer contracts for solid waste collection services. "Contracting unit" means a municipality or any board, commission committee, authority or agency, and which has administrative jurisdiction over any district other than a school district, project, or facility, included or operating in whole or in part, within the territorial boundaries of any county or municipality which exercises functions which arc appropriate- for the exercise by one or more units of local government and which has statutory power to make purchases and enter into contracts or agreements for the performance of any work or the furnishing or hiring of any materials or supplies usually required, the costs or contract price of which is to be paid with or out of public funds. "Contractor" means the lowest responsible bidder to whom award of the contract shall be made. "Designated collected recyclable material" or "Designated materials" means uncontaminated newspapers, uncontaminated, clean and unbroken glass containers; clean aluminum cans; uncontaminatedcorrugated cardboard; clean ferrous (steel) cans; uncontaminated, clean polyethylene terephthalate (PET) bottles and high density polyethylene (HDPE) bottles; uncontaminated mixed paper; any item now or at any time during this contract, mandated by the New Jersey Department of Environmental Protection to be recycled; additional items as set forth in these specifications, or as otherwise designated. . "Designated collected solid waste" means Type 10 Municipal Waste. Designated solid waste collected solid waste shall not consist of recyclable materials, hazardous waste, or solid animal and vegetable waste collected by swine producers Licensed by the State Department of Agriculture to collect, prepare and feed such waste to swine on their own farms. "Disposal facility" means those sites designated in the Monmouth County Solid Waste Management Plan for use by the Borough of Red Bank. "Governing body" means the governing body of the Borough of Red Bank. "Holiday" means a regularly scheduled collection day on which the authorized Disposal Facilities are closed, including New Year's Day, Thanksgiving Day, and Christmas Day. "Legal newspaper" means The Asbury Park Press and the Star Ledger. "Proposal forms" mean those forms that must be used by all bidders to set forth the prices for services to be provided under the contract. "Service area" means the geographic area described below. The service area is as follows: the entire Borough of Red Bank. "Surety" means a company that is duly certified to do business in the State of New Jersey and that is qualified to issue bonds in the amount and of the type and character required by these specifications. 3. BID SUBMISSION REQUIREMENTS 3.1 BID PROPOSAL 3.1.1 3.1.2 3.1.3 Each document in the bid proposal must be properly completed in accordance with N.J.A.C. 7:26H-6.5. No bidder shall submit the requested information on any form other than those provided in the bid specifications. 3.l.2. Bid Proposals shall be hand delivered or mailed in a Vealed envelope andthe name and address of the bidder and the name of the bid as set forth in thePublic Advertisement for Bids must be written clearly on the outside of the sealed envelope. No bid proposal will be accepted past the date and time specified by the Borough of Red Bank in the advertisement for bids. Each bidder shall sign, where applicable, all bid submissions as follows: 3.1.3.1 For a corporation, by a principal executive officer. 3.1.3.2 For a partnership or sole proprietorship, by a general partner or the proprietor respectively; or 3.1.3.3 A duly authorized representative if: The authorization is made in writing by a person described in sections I and 2 above; and The authorization specifies either an individual or a position having responsibility for the overall operation of the business. 3.1.3.4 The bid proposal contains option bids. The Borough of Red Bank may, at its discretion, award a contract to the bidder whose aggregate bid price for the chosen option, or any combination of options, is the lowest responsible bidder; provided, however, the Borough shall not award the contract based on the bid price for separate options. 3.1.3.5 Any Bid Proposal that does not comply with the requirements of the bid specifications and NJ.A.C. 7:26h-6.1 et seq., may be rejected as non- responsive. 3.2 BID GUARANTEES 3.2.1 A Bid Guarantee in the form of a Bid Bond, Cashier's Check or Certified Check, made payable to the Borough of Red Bank in the amount of 10% of the highest aggregate year bid submitted, shall not exceed twenty thousand dollars ($20,000.00) must accompany the Bid Proposal. In the event that the bidder to whom the Contract is awarded fails to enter into the Contract in the manner and within the time required, the award to the bidder shall be rescinded and the bid guaranty shall become the property of the Borough of Red Bank. 3.3 EXCPETIONS TO THE BID SPECIFICATIONS 3.3.1 Any conditions, limitations, provisos, amendments, or other changes attached or added by the bidder to any of the provisions of these Bid Specifications or any changes made by the bidder on the Proposal Forms may result in rejection of the Bid Proposal by the Borough of Red Bank. 3.4 BRAND NAME OR EQUIVALENT 3.4.1 Whenever the Work Specifications identify a brand name trade name or a manufacturer's name, this designation is used for classification or descriptive purposes only, and the bidder may substitute an equal product, subject to the approval of the Borough of Red Bank. 3.5 COMPLIANCE 3.5.1 The bidder shall be familiar with and comply with all applicable local, state and federal laws and regulations in the submission of the Bid Proposal and, if the bidder is awarded the contract, in the performance of the contract. 3.6 CONFLICT OF INTEREST AND NON-COLLUSION Each bidder must execute and submit as part of the Bid Proposal a "Non- Collusion Affidavit" which at a minimum shall attest that: 3.6.1 The bidder has not entered into any agreement or participated in any collusion with any other person, corporate entity or government entity, or competitive bidding either alone or with any other person, corporate entity or government entity in connection with the above named project. 3.6.2 3.6.2. ALL statements made in the bid proposal are true and correct and made with the full knowledge that the contracting unit relies upon the truth of those statements in awarding the contract; and 3.6.3 No person or business is employed to solicit or secure the contract in exchange for a commission, percentage brokerage agreement or contingency fee unless such person possesses a Certificate of Public Convenience and a license issued pursuant to N.J.A.C. 7:26-16 et seq. 3.7 NO ASSIGNMENT OF BID 3.7.1 The bidder may not assign, sell, transfer or otherwise dispose of the Bid or any portion thereof or any right or interest therein. This section is not intended to limit the ability of the successful bidder to assign or otherwise dispose of its duties and obligations under the contract provided that the Borough of Red Bank agrees to the assignment or other disposition. No such assignment of disposition shall become effective without the written approval of the New Jersey Department of Environmental Protection. 4. AWARD OF CONTRACT 4.1 GENERALLY 4.1.1 The Borough of Red Bank shall award the contract or reject all bids within the time specified in the invitation to bid, but in no case more than 60 days, except that the bids of any bidders who consent thereto may, at the request of the contracting unit, be held for consideration for such longer period as may be agreed. All bidders will be notified of the Borough of Red Bank's decision, in writing, by certified mail. 4.1.2 The contract or contracts will be awarded to the bidder or bidders whose aggregate bid price for the selected option is the lowest responsible bid. 4.1.3 The Borough of Red Bank reserves the right to reject any bid not prepared and submitted in accordance with the provisions hereof, and to reject any or all bids. In the event that the Borough of Red Bank rejects all bids, the Borough of Red Bank shall publish a notice of rebid no later than ten days, Saturdays, Sundays and holidays excepted, prior to the date for acceptance of bids. 4.2 NOTICE OF AWARD AND EXECUTION OF CONTRACT 4.2.1 Within fourteen calendar days of the award of the contract, The Borough of Red Bank shall notify the successful bidder in writing, at the address set forth in the Bid Proposal and such notice shall specify the place and time for delivery of the executed contractthe performance bond and vehicle dedication affidavit and the appropriate affirmative action documentation. Failure to deliver the aforementioned vendor documents as specified in the notice of award shall be cause for the Borough of Red Bank to declare the contractor non-responsive and to award the contract to the next lowest bidder. 4.3 RESPONSIBLE BIDDER 4.3.1 The Borough of Red Bank shall determine whether a bidder is "responsible" in accordance with N.J.S.A. 40A: 11-6.1 and N.J.A.C. 7:26h-6.8. The Bid Proposal of any bidder that is deemed not to be "responsible" shall be rejected. 4.4 PERFORMANCE BONDS 4.4.1 The successful bidder shall provide a bond issued by a surety in the amount equal to no more than 100% of the annual value of the contract. The successful bidder shall provide said performance bond at the time of execution of the agreement hereunder. The performance bond for each succeeding year shall be delivered to the Borough of Red Bank with proof of full payment of the premium no later than one hundred twenty (120) days prior to the expiration of the current bond. 4.4.2 Failure to deliver a performance bond for any one year of a multiyear contract one hundred twenty (120) days prior to the termination of the current bond will constitute a breach of contract and will entitle the Borough of Red Bank to terminate the contract upon the expiration of the current bond. Notwithstanding termination pursuant to this section, the contractor is obligated to fully perform through the date of termination of the contract and damages shall be assessed in an amount to the costs incurred by the Borough of Red Bank in rebidding the contract. 4.5 AFFIRMATIVE ACTION REQUIREMENTS 4.5.1 If awarded a contract, the successful bidder will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq. 4.6 VEHICLE DEDICATION AFFIDAVIT 4.6.1 The Contractor shall execute and submit at the time and place specified in the award notice a vehicle dedication affidavit which at a minimum shall attest that: 'The successful bidder will dedicate a fixed number of vehicles, reasonably calculated to meet the requirements of these bid specifications; or to the extent that dedication of a fixed number of vehicles is not feasible, the Contractor shall covenant that the Borough of Red Bank will only be accountable for its proportional share of the waste contained in the collection vehicle and shall be assessed charges based only on its share of the waste at the time of disposal. 4.7 ERRORS IN PRICE CALCULATION 4.7.1 Any discrepancy between a numerical price and a price written in words shall be resolved in favor of the price as written in words. Any discrepancy between the unit price multiplied by the quantity and a corresponding total price figure set forth in the Proposal Forms(s) shall be resolved in favor of a total price reached by multiplying the unit price by quantity. The corrected total shall be used to determine the award of the contract. After all Bid Proposals have been read, the bids will be tabulated and adjusted, if necessary, in accordance with this paragraph.If any mathematical corrections must be made on any bid proposal, then the Borough of Red Bank may not award a contract until all tabulations are complete. 5 WORK SPECIFICATIONS 5.1 GENERALLY 5.1.1 The contractor will provide work for the option selected by the Borough of Red Bank. The Borough of Red Bank shall select one or more collection Options for the contract period of three (3) years with two, one year renewal options, in accordance with any one or more of the option proposals submitted. 5.2 GEOGRAPHY AND TERRITORY 5.2.1 5.2.2 5.2.3 5.2.4 The Contractor shall provide collection, removal and disposal from within the territorial and geographical boundaries of the Borough of Red Bank as described in Attachment #1. 7his information is merely provided for purpose of informing the Contractor. The Contractor shall rely on its own experience and judgment in anticipating actual volumes. The historical volumes, quantity and composition data herein arc approximately and are included solely for the purpose of providing bidders a common reference for bid preparation. These estimates are provided for the purpose of bid evaluation only and are not a guarantee as to the quantity of housing units to be serviced under the Contract. Contractors shall use their own experience and judgment in projecting how housing units ought to be anticipated. This information is not intended to constitute any explicit or implicit representation as to actual volume or content of the waste stream. RESIDENTIAL 5.2.4.1 The current estimated number of single family and multi-family housing units in the Borough is 3,153. 5.2.4.2 There are approximately 44 apartments, condominiums and townhome complexes consisting of approximately 1969 units, refer to attachment 2 for complex information. 5.2.5 COMMERCIAL 5.2.5.1 This contract includes collection from all commercial buildings, excepting food establishments. 5.2.6 INSTITUTIONAL 5.2.6.1 There are 3 (three) public schools requiring collection at least four days per week, at least one of which shall be Monday. Inclusion of the Public Schools in this contract shall not limit the right of the schools to make alternate arrangements to collect and sell recyclables for purposes of raising funds for school and student projects. 5.2.6.2 The current, estimated school population for each of the schools. 5.2.6.3 Primary School (222 River Street) 644 Students 5.2.6.4 Middle School ( 101 Harding Road 648 Students 5.2.6.5 Charter School (58 Oakland Street) 200 students 5.2.7 MUNICIPAL 5.2.7.1 Municipal facilities shall receive collection service on all of the regular collection days for the Option selected, or as otherwise agreed to between the contractor and the Borough. The following municipal facilities are included: 5.2.8 5.2.7.2 Municipal Building (90 Monmouth Street) 5.2.7.3 4 Firehouses 5.2.7.4 Public Utilities (75 Chestnut Street) 5.2.7.5 Senior Center (80 Shrewsbury Avenue) DQG/LEUDU\ STREETS AND PARKS 5.2.8.1 The contractor shall be required to collect and dispose of the contents of all Borough litter containers once every day seven days a week. Said containers are located at points throughout the Borough at the street curb, within bus shelters, and at approximately 7 municipal parks. The total number of such containers shall not exceed one hundred (160). Borough litter containers must be handled by the contractor carefully and without damage. The said litter containers, when emptied, shall be returned to the original location. The contractor shall be responsible for damage to the containers and liner inserts in accordance with the appropriate damage clause, as provided. In the event the collector shall fail to collect from the containers as set forth herein, the collector shall be subject to a penalty by deduction from payments due under the contract, the sum of fifty ($50.00) dollars per container, per day. 5.2.8.2 The Borough currently has 118 litter lockers in operation. 5.2.9 COLLECTION OPTIONS 5.2.9.1 The Contractor shall collect, remove and dispose of all garbage and other refuse material within the boundaries of the Borough of Red Bank in the manner herein set forth and shall perform said work in strict compliance with the provision of all the ordinances of the Borough of Red Bank, now or hereinafter in force and subject to the approval of the governing body. 5.2.9.2 Such waste shall be placed by occupants in suitable containers along the curb of a public street bordering their property. Various sturdy, reusable container types are utilized by residents for the existing collection. No modifications to this procedure are anticipated at this time and the Contractor's method of collection shall be capable of servicing all of the existing containers. Empty containers shall be returned to their original position in its structurally designated space or at the curb line or a sufficient distance from the public right of way to permit proper and safe vehicle and pedestrian traffic. In any event, the containers shall not be thrown, nor shall they be returned in any position other than in an upright fashion. 5.2.9.3 In the case of certain Multi-Family Housing, materials are placed in common pick-up areas for collection, subject to accessibility for COLLECTION vehicles. However, the physical layout of some Multi- Family Housing within the Borough 5.2.9.4 do enable placement of materials at the curb and the Contractor shall be required to provide curbside collection at these locations. 5.2.9.5 In the case of apartment/condominium complexes, type 10 materials are placed in dumpsters located in common pick-up areas for collection, subject to accessibility for collection vehicles. 5.2.9.6 Upon mutual consent of the Borough and the Contractor, for good cause shown, such routes and schedules may be modified if determined to be in the best interest of the Borough. Collections are to be made regardless of weather conditions. The Contractor agrees to assist the Borough or its representative in the designation of collection areas and the designation of collection days for such areas. 5.2.9.7 The Contractor shall agree to have adequate personnel on each truck to guarantee safe, prompt, and efficient collection service. Collections are to be made with as little disturbance as possible without unnecessary noise and every effort should be made to minimize unnecessary idling, the collection workers are to use courtesy and proper conduct in their relationship with residents and the general public. Every trash receptacle shall be entirely emptied and carefully returned to the location from which it was taken, in original upright position, with lids replaced. 'Throwing receptacles to the ground from the top of any vehicle is prohibited and a fine of fifty ($50.00) dollars will be levied for each offense. Any receptacle broken in violation of this section shall be replaced at once at the expense of the contractor mid failure to abide with this regulation will permit the Borough to purchase same for the property owner and deduct said cost from monies due to the contractor. All items spilled on the ground by the collector and its employees shall be retrieved and placed in the collector's truck prior to the truck proceeding. Failure to retrieve spilled waste will result in a fine of $50.00 for each offense. 5.2.9.8 The Contractor shall establish and maintain an information system to provide storage and ready retrieval of all information necessary to verify calculations made pursuant to the record keeping required herein. The Contractor shall prepare and maintain proper, accurate and complete books and records and account for all of its transactions related to the Boroughs and the Contractors Rights. 5.2.9.9 Organics - composting/organics are to be considered as part of the new contract. I.e. if the borough keeps three pickups a week, one would be trash, one recycling, and one organics. 5.2.10 TYPE 10 & TYPE 13 TIPPING FEES 5.2.10.1 . It shall be the responsibility of the Borough of Red Bank, not the Contractor, to pay the tipping fees for garbage and other items collected under the contract.The contractor shall, however, cooperate with the Borough of Red Bank, in all respects in ensuring that the billing for said tipping fees is correct and accurate. To this end, the contractor shall not collect or tip any waste from any source, other than waste collected under this contract, with or from the same vehicles or equipment which also contain waste collected under this contract Furthermore, the contractor, by execution of the contract, warrants that all tipping fees billed to the Borough of Red Bank shall be solely for waste collected under this contract. The contractor is also required to provide any and all information which the Borough requests regarding any collection services provided by the contractor within the municipal boundaries of the Borough of Red Bank or provided with the same vehicles or equipment utilized to collect waste under the contract. 5.2.11 TYPE 10 MUNICIPAL WASTE COLLECTION 5.2.11.1 Please read the options below carefully as there are several options. The FREQUENCY OF Type 10 collection from institutional and Municipal sources is specified herein. There shall be no more than three (3) days between collections from any given container, except if collection is not made within the Borough due to a holiday. 5.2.12 OPTION #1 5.2.13 TYPE 10 MUNICIPAL WASTE - Once weekly year round 5.2.13.1 Collections from residential and commercial properties are to be made once weekly on regular collection days, which have been designated by the Borough (for example, one-half of the Borough on Tuesday and the other half on Thursday). 5.2.14 OPTION # 2 5.2.15 TYPE 10 MUNICIPAL WASTE - Twice weekly year-round 5.2.15.1 Collections from residential and commercial properties are to be made twice weekly on regular collection days, which have been designated by the Borough (one-half of the Borough on Monday and Thursday and the other half on Tuesday and Friday). 5.2.15.2 The contractor shall not allow more than three (3) calendar days to elapse between collections, removal, and disposal with respect to any street, district, or ward of the Borough. 5.2.16 OPTION #3 5.2.17 TYPE 10 MUNICIPAL WASTE - Once weekly, twice weekly summer 5.2.17.1 Except during the period of time between Memorial Day and Labor Day, collections from residential and commercial properties arc to be made once weekly on regular collection days, which have been designated by the Borough (for example, one-half of the Borough on Tuesday and the other half on Thursday). 5.2.17.2 Between Memorial Day and Labor Day, collections from residential and commercial properties arc to be made twice weekly on regular collection days, which have been designated by the Borough (one-half of the Borough on Monday and 'Thursday and the other half on Tuesday and Friday). 5.2.18 OPTION #4A & 4B 5.2.19 TYPE 13 BULKY WASTE AND W+,7( GOODS COLLECTION 5.2.19.1 The Contractor shall be responsible for Borough-wide collection of bulky waste and white goods. The Borough may select once per month collection or once per quarter collection with a limit on the number of bulky items to be determined based on the frequency of collection. 5.2.19.2 All bulky waste and white goods collected shall become the Contractor's responsibility and shall be immediately removed to a properly licensed center for proper and ultimate disposal. No material shall be put upon the land or in any stream within the Borough. 5.2.19.3 The Contractor shall be responsible to locate a market for the white goods and may keep any and all revenues derived therefrom. The Borough will pay disposal fees for white goods. 5.2.19.4 The Contractor shall be responsible for the removal of all Freon from collected white goods. 5.2.19.5 Bulky waste and white goods, once picked up, cannot be stored temporarily on any Borough property or right of way without previous written approval from the Borough. 5.2.19.6 All costs, excluding tipping fees, incurred by the contractor as a result of administering and adhering to the specifications relative to the pickup of bulky waste and white goods shall be incidental lo, meaning the costs are to be included in and are not in addition to, the bid for this option. 5.2.19.7 The Contractor, within fourteen (14) days of each collection provide the Borough with a written report, with appropriate documentation., as to the gross weight_ of all metal products collected. 5.2.20 OPTION # 5 5.2.21 RECYCLING COLLECTION 5.2.21.1 The objective of the Program is to provide residents within the Borough with curbside Collection of Designated Materials, and with transportation of the collected Designated Materials to a MRF, Market or Purchaser, as well as services to the public schools and municipal facilities within the Borough. 5.2.21.2 The contractor shall be responsible for the collection of recyclables curbside on a strict weekly schedule, once per week on Wednesday, unless otherwise specified by the Borough. These recyclables shall be single stream, consisting of both co-mingled products and mixed paper together. In the normal course of business, the Contractor shall collect all recyclables in one day on the scheduled date. 5.2.21.3 The Contractor must be thoroughly familiar with industry-accepted practices for collecting, receiving, loading, unloading, processing, transporting and Marketing of Designated Materials. Contractors must also be familiar and comply, without limitation, with applicable NJDEP, State and Federal Department of Transportation (DOT, and State and Local requirements for Collecting, receiving, loading, unloading, and transporting, Recycling, Processing and Residue disposal for Designated Materials and Processed materials. 5.2.21.4 The Contractor must possess all necessary State, Federal and local licenses, approvals and permits required for the Collecting, receiving, loading, unloading, processing and Marketing of Designated Materials. The Contractor shall utilize employees trained in the transportation and Processing of the Designated Materials and shall supply and utilize materials and equipment necessary for collecting, receiving, loading, unloading, processing, transporting, and other recycling said materials, in a manner conforming to New Jersey, Federal, other applicable state and local laws and regulations. 5.2.21.5 The Contractor shall submit a certification with his bid, on the form provided, that it has and shall maintain in effect the following items during the Contract Tenn: a valid permit if applicable, for any MRF or other processing facility utilized by the Contractor or an Agreement to Process and recycle the Designated Materials at that facility; Transporter's Licenses; and properly registered collection vehicles, transport vehicles, tractors and trailers to be used by the Contractor to transport Designated Materials to a MRF and/or Market, and/or Processed Material to a Market for final disposition. 5.2.21.6 The Contractor shall furnish, without limitation, all labor, material and equipment necessary to provide for the collection, processing and/or marketing of Designated Materials generated from within the Borough. The required services shall be bid as a "full-service contract" Subcontracting of the required services will be permitted; however, the selected Contractor shall own and operate the business that provides the required Collection services. 5.2.21.7 Beginning on the Commencement Date, the Contractor shall collect the Designated Materials placed at curbside in the Borough or, in the case of apartment/condominium complexes, at locations designated by the management of the dwellings and/or the Borough, and from public schools and municipal facilities as hereafter specified. 5.2.21.8 The contractor will deliver or cause to be delivered materials from the Borough to an MRF, Processor or an existing Market selected by the Contractor. 5.2.21.9 The Contractor shall maintain accurate records of the Designated Materials collected, on a truck-by-truck basis. Said records shall be submitted by the Contractor on a monthly basis, and shall include a breakdown, by weight, of each Designated Material delivered to any MRF operated by the Contractor or others, or that is directly delivered to end-user Markets. 5.2.21.10 The Contractor shall keep and maintain full and accurate books, records, vouchers and accounts in connection with the Collection, Processing and Marketing services provided for herein including but not limited to any and all records, such as scale receipts and copies of payment vouchers, evidencing tonnage deliveries to Purchasers. The Borough requires accurate information on the monthly totals for all categories of Designated Materials. All such books, records, voucherV and accounts shall be kept and maintained by the Contractor for a period of five (5) years and may be inspected and/or audited by the Borough at any time during working hours at the Borough's expense. 5.2.21.11 The Contractor shall be responsible for providing assistance in the enforcement of the Program. 5.2.21.12 The Contractor may reject unacceptable materials under reasonable circumstances. The procedure Wo Ee employed by the Contractor for providing the generators of unacceptable Materials with adHTXDWH notice of the reason for rejecting any Unacceptable Material shall include a designated form to be left with the rejected materials, which identifies the reason(s) for rejection and identifies the individual or party to contact for information on proper compliance with the Recycling Program. 5.2.22 TECHNICAL RECYCLING SPECIFICATIONS (SINGLE STREAM) 5.2.22.1 The following recyclable materials (as previously defined) shall be comingled single Stream: 5.2.22.1.1 Glass containers aluminum cans, ferrous containers, Plastic bottles, Paper, Newspaper, Mixed paper, Corrugated containers or "OCC", Books, Empty aerosol containers, Empty quart and gallon latex paint cans (lids off), Empty quart and gallon oil- based paint cans lids off), Empty milk/juice cartons (paper) 5.2.22.1.2 Upon mutual consent of the Borough and the Contractor, the Borough reserves the right to add additional categories of recyclable materials in the future. 5.2.22.1.3 In conformity with the Marketing Plan Submitted with its Bid, at the time of the award of the Contract, the Contractor shall provide written verification of market commitments for material disposition (Marketing) for the term of the Contract, including renewal periods. 5.2.22.1.4 The Borough shall seek to receive a percentage share of the annual revenues generated from the Marketing of Designated Materials as per certified annual reports. 5.2.22.1.5 In the event of negative revenues as to the Marketing of Designated Materials, it shall be the responsibility of the Borough of Red Bank, not the Contractor, to pay the tipping fees for Designated Materials collected under the contract, provided, however, the Borough of Red Bank reserves the right to require the contractor to dispose of Designated Materials at the lowest possible cost within a reasonable distance of the limits of the Borough. 5.2.22.1.6 The contractor shall cooperate with the Borough of Red Bank, in all respects in ensuring that the billing for said tipping fees is correct and accurate. To this end, the contractor shall not collect or tip any Designated Materials from any source, other than Designated Materials collected under this contract, with or from the same vehicles or equipment which also contain Designated Materials collected under this contract. Furthermore, the contractor, by execution of the contract, warrants that all tipping fees billed to the Borough of Red Bank shall be solely for Designated Materials collected under this contract. The contractor is also required to provide any and all information which the Borough requests regarding any collection services provided by the contractor within the municipal boundaries of the Borough of Red Bank or provided with the same vehicles or equipment utilized to collect Designated Materials under the contract. 5.2.22.1.7 Upon placement of the Designated Materials in the Collection vehicle, title to such Designated Materials shall pass to the Contractor, provided, however, that such title shall not relieve the contractor or its obligations under the Contract. In the event that no market exists for disposition of a category of Designated Material or if the Contractor is required to pay a Purchaser to accept a category of Designated Material (such circumstance being generally referred to as a "negative market'') the Contractor shall be responsible for all costs of disposition of such category of Designated Material. 5.2.22.1.8 Additional submissions The following information, described below and without limitation, shall be submitted with the bid package: 5.2.22.1.9 Technical Description of MRF -A brief technical description of the MRF to be utilized by the Contractor (including Processing by self or others if applicable) shall be provided. Information shall include a description of the processing-line for commingled material and for the paper stream. An overview of the industry-accepted material grade (e.g., furnace ready cullet) as produced by the equipment, shall also be incorporated in the description. In the event that separate facilities are used for the commingled material versus the paper stream, a description of each separate facility shall be provided. 5.2.22.1.10 Materials Marketing Plan Form -The Bidder shall submit a brief description of the forms of the materials to be marketed and a list of markets to be utilized by Bidder. For example: #8 newspapers baled; marketed to XYZ Paper Co., as per current contractual agreement.) 5.2.22.1.11 List of Subcontractors -The Bidder shall identify all subcontractors used. 5.2.22.1.12 Equipment Certification Form -The Bidder shall provide a list of trucks and tractor(s)/trailer(s) to be utilized for this contract on the Equipment Certification Form. 5.2.22.1.13 The successful Bidder shall submit the following information within twenty-four (24) hours following notice of award of this Contract and contemporaneous with execution of the Contract: copies of Market Contracts, Agreements or Commitments, as appropriate. 5.3 CONTAINERS 5.3.1 5.3.2 5.3.3 Collections at all public schools within the Borough shall be by way of containers placed and serviced by the Contractor at each school site. Due to the specialized waste stream generated by schools, the Borough reliHs upon the expertise and experience of the Bidder as concerns this service in general and specifically as Wo the size and number of containers, but at a minimum, each such school shall be provided with an appropriately sized dumpster, if necessary, for each solid waste type and collection shall be made at the rear of the school on an as-needed basis. Inclusion of the Public Schools in this contract shall not limit the right of the schools to make alternate arrangements to collect and sell recyclables for purposes of raising funds for school and student projects. Municipal Building, Department of Public Works, and Senior Citizen/Community Center, shall each be provided with appropriately sized dumpsters, if necessary, for each waste type, each of which will be emptied on an as-needed basis. Pickup shall be on all of the regular collection days for the Option selected. If necessary for particular pickup locations, the Contractor shall provide to any apartment complex, planned unit development or condominium complex an appropriately sized dumpster for each waste type pick-up Refer to Attachment 2 for complex information. 5.4 COLLECTION SCHEDULE 5.4.1 All collection services, as described in these specifications, shall be performed on all designated days between 6:00 am. and 3:00 p.m. 5.4.2 The following legal holidays are exempted from the waste collection schedule: When the authorized Disposal Facilities are closed, including New Year's Day, Thanksgiving Day, and Christmas Day. Should a regular collection date fall on a legal holiday, collection shall be on the next regular business day thereafter or as otherwise agreed between the Contractor and the Borough. 5.4.3 Trucks shall follow the same route, which shall not be changed so that service to residents will be reasonably uniform in time and pattern. Collection routes shall be established by the Borough upon consultation with the Contractor. 5.5 SOLID WASTE DISPOSAL 5.5.1 All solid waste collected within the Borough of Red Bank shall be disposed of in accordance with the Monmouth County Solid Waste Management Plan. For the term of this contract, all waste collected pursuant to the terms of the contract shall be disposed of at Monmouth County Reclamation Center. 5.5.2 The Borough of Red Bank reserves the right to designate another disposal facility in accordance with the Monmouth County Solid Waste Management Plan or in the event that the designated Disposal Facility is unable to accept waste. The Borough will assume all additional costs or benefits that are associated with such designation. Any such change shall be made by way of duly authorized Change Order. 5.6 VEHICLES AND EQUIPMENT 5.6.1 5.6.2 5.6.3 5.6.4 5.6.5 5.6.6 5.6.7 All vehicles shall be registered with, and conform to the requirements of the: New Jersey Department of Environmental Protection, in accordance with N.J.A.C. 7:26- 3.1 et seq. All collection trucks shall be closed compaction types of adequate capacity, completely enclosed and water tight Subject to the prior approval of the Contract Administrator, the Contractor may employ equipment other than compaction type vehicles on streets whose width precludes the use of such vehicles. The Contractor shall specify whether the vehicles are side, front or rear loading. All vehicles shall be maintained in good working order and shall be constructed, used and maintained so as to reduce unnecessary noise, spillage and odor. The Contract Administrator shall have the right to inspect all vehicles, at any time, during the term of this contract, and the Contractor shall comply with all reasonable requests relative to the maintenance and repair of said vehicles and other equipment used in the execution of the Contract I vehicles shall be equipped with a broom and shovel. The Contract Administrator may order any of the Contractor's vehicles used in performance of the contract out of service if the vehicle is not maintained in accordance with the requirements of these Work Specifications. In such event, the Contractor shall replace such vehicle, at its sole cost and expense, with a conforming vehicle satisfactory to the Contract Administrator. Except as otherwise required, the Contractor shall provide and maintain all equipment necessary and required for the Collection, including, but not necessarily limited to, front-end loaders, roll-off containers, hauling vehicles and trailers and maintenance and utility vehicles. The Contractor shall be solely responsible for both the: operation and maintenance of the equipment. This equipment shall be owned or leased by the Contractor. All vehicles and equipment shall be maintained in good operating condition, both with respect to safety and sanitation. The Contractor shall perform required preventive and corrective maintenance, and repairs on this equipment during the term of the Contract. Repairs, maintenance, fueling, spare parts, tolls and any and all other expenses incurred in connection with the operation and maintenance of the Contractor's equipment shall be the sole responsibility of the contractor. The Borough shall not be responsible for any costs beyond the price indicated on the bid forms. 5.6.8 All vehicles shall be washed and cleaned regularly and kept in proper condition. 5.6.9 Trucks and equipment shall likewise be of a uniform color. 5.7 NAME ON VEHICLES 5.7.1 The name, address and service phone number of the Contractor shall be placed clearly and distinctly on both sides of all vehicles used in connection with the collection services. 5.8 TELEPHONE FACILITIES AND EQUIPMENT 5.8.1 5.8.2 5.8.3 5.8.4 The Contractor must provide and maintain an office within reasonable proximity of the Borough of Red Bank with sufficient telephone lines Wo receive complainWV or inquiries. The Contractor shall insure that phone service is activated prior to the commencement of service. It is the direct responsibility of the contractor to establish, maintain, and staff a "hot line", for the purpose of answering inquiries and/or responding to complaints from the general public. In addition to inquiries from the public, the Contractor will receive notifications of missed collection stops and dispatch the vendor's collection crews as a response. The "hot line" phone number shall be a toll-free telephone exchange staffed between the hours of 6 am. to 5 p.m., Mondays through Fridays, with an answering machine provided after the stated hours. 7KHBorough of Red Bank shall list the Contractor's telephone number in directories/Listings; all persons will be directed to utilize the "hot line" to advise the Contractor regarding missed pickups or complaints, as well as for general inquiries. The contractor shall maintain at all times (24 hours a day, 7 days a week), at least one telephone number available for use by the Borough 0DQDJHU, representatives of the Red Bank Department of Public Works, and the Health Officer for the Borough of Red Bank, which number shall be answered by a designated contact person who shall be available for purposes of handling emergent problems as concerns performance of the contract, including, but not limited to, those situations creating a public health nuisance. At all times that the contractor is working within the Borough, a cellular telephone number will be supplied to the Borough for the on-road supervisor on duty. 5.9 FAILURE TO COLLECT 5.9.1 5.9.2 5.9.3 The Contractor shall report to the Contract Administrator, within one () hour of the start of the Collection Day all cases in which severe weather conditions preclude collection. In the event of severe weather, the Contractor shall collect solid waste no later than the next regularly scheduled collection day. In those cases where collection is scheduled on a one collection per week basis, a collection will be made as soon as possible, but in no event later than the next scheduled collection day. In the event of emergency or extraordinary circumstances that prevent collection on the schedule day an e-mail shall be sent and a telephone call placed to the Borough Administrator and Director of Public Works prior to 6am. of the Collection Day sWating the reasons. The Contractor shall collect the next. regular business day thereafter or as otherwise agreed between the Contractor and the Borough. In the event of emergency or extraordinary circumstances that prevent collection from being completed prior to the conclusion of the Collection Day, an e-mail shall be sent and a telephone call placed to the Borough Administrator and Director of Public Works prior to 3 p.m. of the Collection Day stating the reasons. The Contractor shall be collected the next, regular business day thereafter or as otherwise agreed between the Contractor and the Borough. 5.9.4 Prior to the start of the Collection Day, the Contractor's hot line shall contain a message citing the reason for the collection delay, informing the public of the need for an alternate collection day, and advising the public of the alternate collection day. 5.9.5 In the event the collector shall fail to collect as specified or violate the provisions of this section, the collector shall be subject to a penalty by deduction from payments due under the contract, the sum of $50.00 per property per day. 5.10 COMPLAINTS 5.10.1 The Contractor shall promptly and properly attend to all complaints of customers and all notices, directives and orders of the Contract Administrator within twenty- four (24) hours of the receipt of same. The Contractor shall be required to maintain a log of all complaints received and the action taken to remedy the complaints. The Complaint log shall be available for inspection by the Borough of Red Bank. 5.12.2. The Contractor shall submit a copy of all complaints received and the action taken to the Borough of Red Bank. 5.10.2 Submissions should be made on a no less than monthly basis by e-mail to the Borough 0DQDJHU and Director of Public Works. The Complaint log shall contain the name, address, and phone number of the calling party, as well as the time the complaint was received, a description of the nature of the complaint, and a description of the Contractor response and/or method utilized to rectify the issue related to the complaint. 5.10.3 Missed pickups shall be remedied within twenty-four (24) hours of the receipt of same. The contractor may be subject to a fine of fifty ($50.00) dollars per day, per household, for missed pick-ups not so remedied, which fine may be deducted from the invoice amount submitted by the contractor. 5.11 SOLICITATION OF GRATUITIES 5.11.1 The Contractor shall ensure that no agent or employee shall solicit or receive gratuities of any kind for any of the work or services provided in connection with the contract. 5.12 INVOICE AND PAYMENT PROCEDURE 5.12.1 The Contractor shall submit all invoices for collection and/or disposal services in accordance with the requirements of this section. 5.12.2 Within 30 days after the end of each calendar month during the term of the contract during which the Contractor provided services as provided in these Bid Specifications, the Contractor will submit an invoice to the Borough of Red Bank for the preceding calendar month (the "Billing Month"). 5.12.3 Where the Contractor has paid the costs of disposal, the Contractor shall submit a separate invoice to the Borough of Red Bank for reimbursement 5.12.4 The Borough of Red Bank shall pay all invoices within 30 days of receipt The Borough of Red Bank will not be obligated to pay a defective invoice until the defect is cured by the Contractor. The Borough of Red Bank shall have 30 days from the date of receipt of the date of receipt of invoice to make payment. 5.12.5 Invoices shall specify the number and type of vehicle used for the collection in the contracting unit, the loads per truck, and the number of cubic yards and the tonnage of the material disposed of each day during the billing month. The tonnage for which the Borough of Red Bank shall be charged shall be the difference between the weight of the vehicle upon entering the disposal facility and the tare weight of the vehicle. 5.12.6 The Contractor shall submit an invoice setting forth the costs (including all taxes and surcharges) of disposal billed by or paid to the Disposal Facility. Where the Contractor has paid the costs of disposal, the Borough of Red Bank shall reimburse the Contractor for the actual quantity of waste disposed of based on the monthly submission of certified receipts from the Disposal Facility. The invoices shall specify the number and type of vehicle used for collection in the governing body; the number of cubic yards and the tonnage of the material disposed of each day during the billing month; and monthly receipts issued by the disposal facility showing: 5.12.6.1 The amount of the invoice; 5.12.6.2 2. The origin of the waste; 5.12.6.3 3. The truck license plate number; 5.12.6.4 4. The total quantity and weight of the waste; and 5.12.6.5 5. The authorized tipping rate plus all taxes and surcharges. 5.12.7 Where the Borough of Red Bank will pay the costs of disposal, the disposal facility shall Eill the Borough of Red Bank directly for all costs (including taxes and surcharges). 5.13 COMPETENCE OF EMPLOYEES 5.13.1 The Contractor's employees must be competent in their work, and if any person employed shall appear incompetent or disorderly, the Borough of Red Bank shall notify the contractor and specify how the employee is incompetent or disorderly and the contractor shall take steps to correct and remedy the situation, including disciplinary action if necessary. Any employee who drives or will drive a vehicle in the course of employment pursuant to the contract must possess a valid New Jersey driver's license for the type of vehicle operated. 5.14 SUPERVISION OF EMPLOYEES 5.14.1 The Contractor shall employ a Superintendent or Foreman who shall have full authority to act for the Contractor who shall be present within the Borough of Red Bank during all collection Time, and shall be readily available to the designated Borough Employee by cellular telephone. The Contractor shall notify the Contract Administrator. in writing. That a supervisor has been appointed. Such notification shall be given prior to beginning performance of the contract. The Contractor shall promptly notify the Contract Administrator. in writing. of any damages. 5.15 INSURANCE REQUIREMENTS 5.15.1 The Contractor shall take out and maintain in full force and effect at all times during the lite of this Contract insurance in conformance with the requirements of N.J.A.C. 7:26h-6.17. The insurance policy shall name the Borough of Red Bank as an Additional Named insurance indemnifying the Borough of Red Bank with respect to the contractors actions pursuant to the Contract. 5.16 CERTIFICATES 5.16.1 Upon notification by the Borough of Red Bank, the lowest responsible bidder shall supply to the Contract Administrator, within five days of notification, a certificate of insurance as proof that the insurance policies required by these specifications are in full force and effect. 5.17 INDEMNIFICATION 5.17.1 The Contractor shall indemnify and hold harmless the Borough of Red Bank from and against all claims, damages, losses, and expenses including all reasonable expenses incurred by the Borough of Red Bank on any of the aforesaid claims that may result or arise directly or indirectly, from or by reason of the performance of the contract or limn any act or omission by the Contractor, its agents, servants, employees or subcontractors and that results in any loss of life or property or in any injury or damage to persons or property. 1MFBTFTFFVQEBUFTBOEDMBSJGJDBUJPOTUPUIF#PSPVHITTPMJEXBTUFBOESFDZDMJOHDPMMFDUJPODPOUSBDU5IF GPMMPXJOHBEKVTUNFOUTSFGMFDUPQFSBUJPOBMDIBOHFT VQEBUFEQSPQFSUZDPVOUT BOESFWJTJPOTUPGBDJMJUZBOE TFSWJDFSFRVJSFNFOUT 3FTJEFOUJBM6OJU$PVOU t 5IFUPUBMOVNCFSPGBQBSUNFOUVOJUTIBTJODSFBTFEGSPN UP 'BDJMJUZ$PMMFDUJPO$IBOHFT t 4VOTFU"WFOVFIBTCFFOSFNPWFEGSPNUIFMJTUPG#PSPVHIGBDJMJUJFTSFRVJSJOHDPOUBJOFSDPMMFDUJPO BUUIFSFDZDMJOHZBSE t "MMPUIFSGBDJMJUZDPMMFDUJPOTSFNBJOBTQSFWJPVTMZMJTUFEJOUIFDPOUSBDU -JUUFS-PDLFSTo4USFFUT1BSLT t 5IF#PSPVHIDVSSFOUMZIBTMJUUFSMPDLFSTJOPQFSBUJPO t 1FSUIFDPOUSBDU UIFUPUBMOVNCFSDBOOPUFYDFFEVOJUT t 5IFTFVOJUTBSFUPCFDPMMFDUFEEBJMZ JOBDDPSEBODFXJUIUIFFYJTUJOHTFSWJDFTDIFEVMF 1BSLT t .BQMF$PWFIBTCFFOBEEFEBTBEFTJHOBUFE#PSPVHIQBSLMPDBUJPO t 5IJTCSJOHTUIFUPUBMOVNCFSPGQBSLTDPWFSFEVOEFSUIFDPOUSBDUGSPNTJY UPTFWFO #VMLBOE'VSOJUVSF$PMMFDUJPO $POUSBDU"EEFOEVN t 0QUJPOT"BOE#CVMLBOEGVSOJUVSFDPMMFDUJPOTFSWJDFT t $VSSFOUMZDPMMFDUJPOTBSFPODFQFSNPOUI GPSFBTUPGCSPBETUSFFUBOEPODFQFSNPOUIXFTUPG CSPBE PROPOSAL OPTION #1 TYPE 10 MUNICIPAL WASTE – once weekly year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #2 TYPE 10 MUNICIPAL WASTE – Twice weekly year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #3 TYPE 10 MUNICIPAL WASTE – once weekly, twice weekly summer year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #4A & 4B TYPE 13 BULKY WASTE AND COLLECTION OF WHITE GOODS COLLECTION OPTION 4A Once per month OPTION 4B Once per quarter YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) Year 2 (2027- 2028) Year 3 (2028- 2029) Year 4 (2029- 2030) Year 5 (2030- 2031) __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #5 RECYCLING COLLECTION YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS % SHARE OF REVENUE TO THE BOROUGH Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #6 COMPOSTING ORGANICS (to be provided in conjunction with Option #1, and #5) YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date 6.2 BIDDING DOCUMENT NO. 2 CERTIFICATE OF PUBLIC CONVENIENCE & NECESSITY/A-901 APPROVAL LETTER NAME: _ COMPLETE ADDRESS: TELEPHONE NUMBER: _ CERTIFICATE NUMBER DATE ATTACH A PHOTO COPY OF CERTIFICATE OF PUBLIC CONVENIENCE AND NECESSITY TOGETHER WITH A PHOTO COPY OF A-901 APPROVAL LETTER ------------- BIDDING DOCUMENT NO. 3 STATEMENT OF BIDDER'S QUALIFICATIONS, EXPERIENCE AND FINANCIAL ABILITY WITH COMPLETED QUESTIONNAIRE SETTING FORTH BIDDER'S EXPERIENCE AND QUALIFICATIONS. STATE OF NEW JERSEY COUNTY OF SS: RED BANK BOROUGH SOLID WASTE AND RECYCLING COLLECTION SERVICES I, ,am the _ (Name of Affiant) (Identify Relationship to Bidder) of the (Owner, Partner, President or Other Corporate Officer) , and being duly sworn, I depose and say: (Name of Bidder) All of the answers set forth in the Questionnaire are true and each question is answered on the basis of my personal knowledge. All of the answers given in the Questionnaire are given by me for the express purpose of inducing the Borough of Red bank to award to [NAME OF BIDDER] the contract for solid waste collection [and recycling] services in the event said bidder is the lowest responsible bidder on the basis of the bid proposal which is submitted herewith. I understand and agree that the Borough of Red bank will rely upon the information provided in the Questionnaire in determining the lowest, responsible bidder to be awarded the contract. I also understand and agree that the Borough of Red bank may reject the bid proposal in the event that the answer to any of the foregoing questions is false. I do hereby authorize the Borough of Red bank, or any duly authorized representative thereof, to inquire about or to investigate the answer to any question provided in the Questionnaire, and I further authorize any person or organization that has knowledge of the facts supplied in such statement to furnish the Borough of Red bank with any information necessary to verify the answers given. Name of Firm or Individual Title Signature Date Subscribed and sworn to before me this day of ,2021 Notary Public of My Commission expires ------- Note: A partnership must give firm name and signature of all partners. A corporation must give full corporate name and signature of official, and the corporate seal affixed. QUESTIONNAIRE SETTING FORTH BIDDER'S EXPERIENCE AND QUALIFICATIONS This questionnaire must be filled out and submitted as part of the Bid Proposal for solid waste collection and disposal for the Borough of Red bank. Failure to complete this form or to provide any of the information required herein shall result in rejection of the Bid Proposal. Answers should be typewritten or printed neatly in black or blue ink. Answers must be legible. Any answer that is illegible or unreadable will be considered incomplete. If additional space is required, the bidder shall add additional sheets and identify clearly the question being answered. 1. How many years has the bidder been in business as a contractor under your present name? 2. List any other names under which the bidder, its partners or officers have conducted business in the past five years. 3. Has the bidder failed to perform any contract awarded to it by the Red bank Borough Committee under its current or any past name in the past five years? If the answer is "Yes", state when, where and why. A complete explanation is required. 4. Has any officer or partner of the bidder's business ever failed to perform any contract that was awarded to him/her as an individual by the Red bank Borough Committee in the past five years? If the answer is "Yes", state when, where and why. A complete explanation is required. 5. List all public entity contracts which the bidder or its partners is now performing or for which contracts have been signed, but work not begun. Give the name of the municipality or owner, the amount of the contract and the number of years the contract covers. 6. List the government solid waste collection and disposal services contract that the bidder has completed within the last five years. Give detailed answers to questions below relating to this subject. Name of contracting unit; Approximate population of contracting unit; Term of contract from to; How were materials collected? Give location of disposal site or sites and methods used in the disposal of solid waste; 7. Name and telephone number of Contract Administrator or some other official in charge of collection and disposal. 8. State all equipment owned by and/or available to the bidder for use in collection of the waste described in the work specifications. Include the make of each vehicle, the year of manufacture, the capacity, years of service, present condition and the type and size of the truck bodies. 9. Where can this equipment described above be inspected? 10. Identify all equipment that is not presently owned or leased by the bidder that will be necessary to perform the services in accordance with the work specifications. 11. Describe how you will obtain such equipment if you are awarded the contract. If such equipment is to be leased, provide the name, address and phone number of the lessor. If the equipment is to be purchased, provide the name, address and phone number of the seller. 12. If the equipment to be leased or purchased is not located at the address(s) given above in answer 9, identify where the equipment can be inspected. 13. List the name and address of three credit or bank references. 14. Supply the most recent Annual Report, as required to be filed with the Department of Environmental Protection. In accordance with N.J.S.A.40A:11-13(f), the bidder shall additionally submit a financial statement if a financial statement is Federally required as a condition upon the awarding of a monetary grant to be used for the purchase, contract or agreement. 15. Additional remarks. Name of Bidder Signature Name & Title Date: BIDDING DOCUMENT NUMBER 4 TO BE SUPPLIED BY BIDDER BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That (hereinafter called the Principal) as Principal, and the , corporation created and existing under the laws of the State of New Jersey, with its principal office in (hereinafter called the Surety), as Surety, and held and firmly bound unto (hereinafter called the Obligee) in the full and just sum of dollars ($ ), good and lawful money of the United States of America, to the payments of which the sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this day of 2021. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award within 60 days to the Principal for according to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with Surety or Sureties approved by the ObIigee; or if the Principal shall, in case of failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. In Testimony Whereof, the Principal and Surety have cased these presents to be duly signed and sealed. WITNESS: (SEAL) (If individual or Firm) (SEAL) (SEAL) ATTEST: (If Corporation) (NAME OF SURETY) By:----------- Attorney-in-Fact STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization: Organization Address: Part I Check the box that represents the type of business organization: Sole Proprietorship (skip Parts II and III, execute certification in Part IV) Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) For-Profit Corporation (any type) Limited Liability Company (LLC) Partnership Limited Partnership Limited Liability Partnership (LLP) Other (be specific): Part II The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Address Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part II Address Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidder/proposer; that the Borough is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with Borough to notify the Borough in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the Borough to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Title: Signature: Date: 27 6.6 BIDDING DOCUMENT No. 6 NON-COLLUSION AFFIDAVIT STATE OF NEW JERSEY COUNTY OF SS: RED BANK BOROUGH SOLID WASTE AND RECYCLING COLLECTION SERVICES I, ,of the City of in the (Name of Affiant) State of ,being of full age and duly sworn according to law, on my oath depose and say that: I am employed by the firm of [NAME OF BIDDER], the bidder submitting the Bid Proposal for the above named project, in the capacity of [TITLE OF AFFIANT], and I have executed the Bid Proposal with full authority to do so. Further, the 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. All statements contained in said Bid Proposal and in this affidavit are true and correct and made with full knowledge that the State of New Jersey and the Borough of Red bank rely upon the truth of the statements contained in this affidavit and in said bid Proposal in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the [NAME OF BIDDER] who possess a Certificate of Public Convenience and Necessity and a License issued pursuant to N.J.A.C. 7:26-16 et seq. Name of Firm or Individual Title Signature Date Subscribed and Sworn to before me this day of ,2021 Notary Public of My Commission expires ,20 BIDDING DOCUMENT NO. 7 CONSENT OF SURETY CONSENT OF SURETY (This Consent of Surety is Part of the Proposal) (Name of Surety Co.) (Address) KNOW ALL MEN BY THESE PRESENTS, that (Name of Bidder) as Principal, and existing under the laws of the State of a corporation created and having its principal office at (Complete Address of Surety Company) being a surety company licensed to do business in the State of New Jersey, in consideration of the premises and of other good and valuable consideration, the receipt of which is hereby acknowledged, are held firmly bound unto the Borough of Red bank, New Jersey, hereby jointly and severally bind ourselves, our heirs, successors, administrators, executors, legal representative, and assigns by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas, the above named Principal submits the herewith Proposal for Solid Waste and Recyclable Collection and Disposal Services in the Borough of Red bank, New Jersey in conformance with the Notice to Bidders and Instructions to Bidders; we, the above named Surety will meet all stipulations and will execute the Surety Bonds as hereinafter specified, to the above named Principal in the event he should be awarded a Contract, and in amount one hundred percent of the total Bid Price for performing the work and guaranteeing its performance in conformity with the contract Documents and in amount one hundred percent of the total Bid Price for the protection of persons furnishing material or labor in connection with the performance of the work, to the Borough of Red bank, New Jersey. WITNESS OUR SIGNATURES this day of , 2021. (SEAL) Title (SEAL) Attest (Bidder - Principal) ---------Attest Title (Name of Surety Company By:. _ (Signature) BIDDING DOCUMENT NO. 8 BID PROPOSAL Proposal for SOLID WASTE AND RECYCLING COLLECTION SERVICES, beginning February 1, 2026 Borough of Red bank: I or We of (Complete Address) (City, State, Zip) hereby agree to provide complete performance in accordance with the Contract and Specifications for the Prices listed on the Proposal Sheets. The Undersigned certifies that he has examined the Instructions and Specifications for "Solid Waste and Recycling Collection Services" and submits this proposal in full compliance therewith. Note: Bidders are required to sign all Option Proposal Sheets. Bidders shall bid on all Option Proposals. Signature Affix Seal if a Corporation Title DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY - DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 BID SOLICITATION # AND TITLE: VENDOR NAME: Pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4) any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity, nor any of its parents, subsidiaries, or affiliates, is identified on the New Jersey Department of the Treasury’s Chapter 25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division’s website at https://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Vendors/Bidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person or entity to be in violation of the law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. CHECK THE APPROPRIATE BOX I certify, pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4), that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List of entities determined to be engaged in prohibited activities in Iran. OR I am unable to certify as above because the Vendor/Bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List. I will provide a detailed, accurate and precise description of the activities of the Vendor/Bidder, or one of its parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information requested below. CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor is under a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I may be subject to criminal prosecution under the law, and it will constitute a material breach of my contract(s) with the State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable. Signature Date Print Name and Title Entity Engaged in Investment Activities Relationship to Vendor/ Bidder Description of Activities Duration of Engagement Anticipated Cessation Date *Att h Additi l Sh t If DPP Rev. 12.13.2021 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 “Vendori”) that seeks to enter into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: https://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification in violation of the law, it shall take any action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, certify that I have read the definition of “Vendor” below, and have reviewed the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, and having done so certify: (Check the Appropriate Box) A. 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 B. 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 C. 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 forthbelow. (Attach Additional Sheets If Necessary.) Signature of Vendor’s Authorized Representative Date Print Name and Title of Vendor’s Authorized Representative Vendor’s FEIN Vendor’s 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 i 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). NJ Rev. 1.22.2024 BIDDING DOCUMENT NO. 10 ACKNOWLEDGMENT OF RECEIPT OF NOTICES, REVISIONS OR ADDENDA TO THE ADVERTISEMENT OR BID DOCUMENTS The undersigned bidder acknowledges receipt of the following Notices, Revisions or Addenda to the Advertisement or Bid Documents: Notice, Revisions or Addendum No. (initial) Date Acknowledged Receipt □ No addenda were received. Failure of the bidder to acknowledge the bidder's receipt of any notice or revisions or addenda to the advertisement or bid documents, in this document shall be deemed a fatal defect that shall render the Bid Proposal unresponsive and cannot be cured. Name of Bidder Signature Name & Title Date: _ BIDDING DOCUMENT NO. 11 CERTIFICATION OF BIDDER'S STATUS ON THE STATE TREASURER'S LIST OF DEBARRED, SUSPENDED AND DISQUALIFIED BIDDERS PROJECT: SOLID WASTE AND RECYCLING COLLECTION SERVICES CERTIFICATION REGARDING INVESTMENT ACTIVITIES IN IRAN STATE OF NEW JERSEY COUNTY OF _ SS: I, (name), of the (twp/city) of (twp/city name), in the State of _ (state), of full age, being duly sworn according to law on my oath depose and say that: I am (title) of the firm of (individual/firm name), the bidder making the proposal for the above-named project, that I executed the Proposal, this affidavit and all other bidding documents with full authority to do so, and that the bidder is not now at the time of submission of this bid included on the State of New Jersey Treasurer's List of Debarred, Suspended and Disqualified Bidders. By:. _ Deponent's Name Date: _ Deponent's Title Subscribed and sworn to before me this day of , 20 . Notary Public of My Commission expires on 6.12 BIDDING DOCUMENT NO. 12 RECYCLING MARKETS AFFIDAVIT AFFIDAVIT STATE OF NEW JERSEY COUNTY OF _ SS: I, (name), am the (title) of the (bidder's name), and being duly sworn, I depose and say that: At all times during the performance of this contract Bidder has secured sufficient capacity for the marketing of all recyclable materials being collected from the Borough of Red bank. I understand and agree that failure to comply with the representations contained herein shall be cause for breach of contract and will entitle the Borough of Red bank to damages arising therefrom. I have executed this Affidavit with full authority to do so. All statements contained in this affidavit are true and correct and made with full knowledge that the Borough of Red bank is relying upon the truth of the statements contained herein and in the Bid Proposal in signing the Contract for the project. Contractor/Name of Firm or Individual Title Signature Subscribed and sworn to before me this Date day of , 20 . Notary Public of My Commission expires on 6.13. BIDDING DOCUMENT NO. 13. DIESEL VEHICLE RETROFIT COMPLIANCE DOCUMENTATION Attach Diesel Vehicle Retrofit Compliance Documentation to this page in accordance with Section 5.21 of the Bid Specifications. ATTACH CONTRACT DOCUMENTS CONTRACT THIS DRAFT FORM IS SUBJECT TO MODIFICATION BY RED BANK BOROUGH BASED ON BID OPTIONS IT CHOOSES. CONTRACT FOR SOLID WASTE AND RECYCLING COLLECTION SERVICES THIS AGREEMENT, made this _ day of , 2025, between the Borough of Red bank, a Municipal Corporation of the State of New Jersey, 90 Monmouth Street, Red Bank, NJ 07701, hereinafter referred to as the "Borough"; and whose address is , hereinafter referred to as the "Contractor". WITNESSETH, that in consideration of the promises and agreements set forth herein, the parties hereto promise, agree and contract to and with each other as follows: The Contractor will provide the Borough with regular weekly garbage and waste pick-up, recycling pick-up and bulk pick-up for all residences (including Red bank Commons Condominium Complex), for all businesses, for all schools and for all municipal locations within the Borough of Red bank as per the Notice to Bidders, Bid Specifications as amended and to the extent set forth in the Bid Proposal accepted by the Borough of Red bank and for which award of contract has been given by the Borough of Red bank. Performance and compliance of Contract will be for such amounts, from and to such places as are set forth in the Notice to Bidders and the Specifications as promulgated by the Borough. The contract will be recognized and enforced for the period covering February 1, 2026 to January 31, 20_____ for the total price of ($ __________________________________________________) payable, as set forth herein; ($ ___________________________________________________) total cost of services for February 1, 2026 through January 31, 202_____________; (AMOUNTS FOR SECOND, THIRD, FOURTH AND FIFTH YEARS TO BE INSERTED IF AND AS AWARDED). All of the terms and conditions of the Specifications as amended, and as set forth therein or referred to in the Notice to Bidders and Contractors' Bid Proposal, are hereby incorporated in this Contract and made a part hereof by reference thereto as though fully set forth herein. If there are any inconsistencies or ambiguities between this Contract and the Specifications, the stricter provision or interpretation, which benefits the Borough, shall apply. The Contractor agrees that there will be no deviation from the quality or standards of the service required to be furnished or in the conditions as set forth in the Specifications concerning the same or the delivery thereof, except as may be set forth herein. The Contractor shall furnish to the Borough quarterly and year-end recycling reports. Should the Borough request reports more frequently, Contractor agrees that it will furnish it upon request. There shall be no additional payments made to the Contractor other than as expressly provided for in the Specifications and as set forth in the Resolution accepting Contractors Bid Proposal, unless additional payments are agreed to and set forth in writing signed by the Borough or its duly authorized officers, agents or representatives. This Contract shall be renegotiated to reflect any increases or decreases in solid waste disposal cost whenever: The increase or decrease results from compliance with an Order issued by the New Jersey of Environmental Protection directing the solid waste collected pursuant to this Contract to be disposed at a facility other than the designated disposal facility set forth herein; or The increase or decrease occurs as a result of lawful increases in the rates, fees or charges imposed on the disposal of solid waste at the disposal facility designated herein. In the event of such increase or decrease the parties shall attempt to renegotiate this Contract within fifteen (15) days of written notice of the contemplated increase or decrease being received by either party. In the event that the Contract cannot be mutually renegotiated, either party shall have the right to terminate this Contract upon serving written notice of termination upon the other party which termination shall take effect not less than 75 days following receipt of Notice of Termination by the other party. [n the event the Contractor shall not furnish the services required under this Agreement or shall fail to deliver the same in the manner or at the times required , the Borough shall be entitled to purchase such services as may be required in place of those the Contractor fails to furnish for the best price the Borough can obtain at that time without public bidding as provided under N.J.S.A. 40:11-6. Any increase in the cost to the Borough above the price herein agreed to be paid shall be charged to and shall become the obligation of the Contractor. The Borough, at its option , may deduct from monies due and owing to the Contractor , if any, such excess costs resulting from Contractor's nonperformance. The Contractor shall be liable for payment of all charges for delivery of the service to be furnished under the Agreement to the places specified in the Specifications. The Contractor shall indemnify and save harmless the Borough, its officers, agents and /or employees, against and from all suits, demands, claims, damages, or costs of suit to which the Borough, or its aforesaid officers, agents and /or employees may be put by reason of injury or damage to the person or property of others resulting from the service furnished by the Contractor hereunder, or from any carelessness or negligence of the Contractor or its agents or subcontractors in either furnishing or delivering the said services and as a result of which the Borough, or its officers, agents and/or employees may be sued or may otherwise be involved. The Contractor further agrees to furnish appropriate Certificates of Insurance acceptable to the Borough covering this provision and in accordance with the Specifications upon execution of this Contract and thereafter upon request by the Borough or as required by this Contract. The Borough agrees to pay to the Contractor for the actual quantity of services delivered at the price bid and at the times as specified in the Specifications after submission of itemized vouchers as specified in the Specifications by the Contractor on approved Borough Voucher forms duly sworn to. Payment shall be made at such times as shall conform to the standard practice of the Borough for payment for services rendered and as specified in the Specifications. Acceptance by the Contractor of the final payment constituting payment in full of the agreed price by the Borough under the terms of this Contract shall be considered as a release in full for all claims against the Borough growing out of the services rendered, whether or not a formal release for same is executed and delivered . Any work or service to be performed under this Contract shall be subject to periodic inspection by the Borough , or its authorized representatives, and such service which, in the opinion of the Borough, does not conform to the requirements of the Specifications or this Contract, shall not be deemed accepted and approved as complying with the performance of this Contract. The Borough's opinion rendered under this provision shall be final and conclusive upon Contractor. Contractor on or before signing this Contract shall execute a 100% performance bond consistent with §4.4 of the bid specifications to the Borough of Red bank. The bond shall be executed by a responsible bonding company in good financial standing and authorized to do business in the State of New Jersey and must be posted and presented to the Borough of Red bank upon signing this Contract. Failure of Contractor to provide the performance bond upon signing this Contract shall constitute a breach of contract. Contractor will be responsible for all damages incurred by the Borough of Red bank if it defaults. The Borough of Red bank's recourse is not limited solely to seeking payment under the bid bond. Contractor shall maintain a performance bond for each year of the contract. Failure to deliver a performance bond for any year of a multi-year contract 120 days prior to the termination of the current bond will constitute a breach of contract and entitle the Borough of Red bank to terminate the contract upon expiration of the current bond. Notwithstanding termination pursuant to this section, the Contractor is obligated to fully perform through the date of termination of the Contract and damages shall be assessed in an amount equal to the costs by the Borough of Red bank in rebidding the contract as well as any other damages the Borough of Red bank may incur. The Contractor agrees that no one employed by it shall, while engaged in the performance of this Contract, work more than eight hours in any one day except under the conditions allowed under the provisions of applicable Federal and State law, or other lawful regulation applying thereto, and all employees performing work or services on behalf of the Contractor under this Contract shall not be paid less than the prevailing rate of wages for work of a similar nature as required under the law of the State of New Jersey or the United States of America. During the performance of this Contract, the Contractor agrees as follows: The Contractor 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 take affirmative action to ensure that such applicants are recruited and employed, 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 action 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 contracting officer setting forth the provisions of this nondiscrimination clause; The Contractor 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 will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' 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 agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time. The Contractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. 17:27-5.2. The Contractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The Contractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the Contractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal Jaw and applicable Federal court decisions. 1. The Contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report or Employee information Report Form AA302 The Contractor shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (N.J.A.C. 17:27). The Borough of Red bank specifically directs the Contractor's attention to N.J.S.A. 40A:13. This statute requires the Contractor to use components and parts manufactured in the United States, when available. · The parties agree that in the event of a dispute, any legal action instituted in this matter shall be in the Superior Court of New Jersey, Monmouth County. The Contractor agrees and does hereby submit itself to the jurisdiction of the Court. In the event any dispute is detern1ined in favor of the Borough of Red bank, including by settlement, Contractor shall pay all of the Borough of Red bank's reasonable attorney's fees and costs. This Contract shall be construed and interpreted in accordance with the laws of the State of New Jersey. This Contract shall be binding upon the Borough and the Contractor its successors and assigns. This Contract cannot be amended except in writing signed by both the Borough and the Contractor or as specifically provided in the documents which form this Contract. IN WITNESS WHEREOF, the said party of the first part has caused this instrument to be signed by its Mayor, attested by its Clerk and its Corporate Seal to be hereunto affixed, pursuant to Resolution of the Borough passed for that purpose, and the said Contractor has set its hand and seal, or caused these presents to be signed by its Division Manager and its Corporate Seal to be hereunto affixed attested by its Secretary the day and year first above written. ATTEST: Borough of Red bank _____________, Borough Clerk ATTEST: By: ____________________, Mayor Printed Name: By: Printed Name: PERFORMANCE BOND Contractor shall submit a performance guaranty as required by these Bid Specifications. VEHICLE DEDICATION AFFIDAVIT AFFIDAVIT STATE OF NEW JERSEY: ss COUNTY OF MONMOUTH: BOROUGH OF RED BANK SOLID WASTE AND RECYCLING COLLECTION SERVICES I, [NAME OF AFFIANT], am the [IDENTIFY RELATIONSHIP TO BIDDER. OWNER, PARTNER, PRESIDENT, OR ANOTHER CORPORATE OFFICER] OF THE [NAME OF BIDDER], and being duly sworn, I depose and say: All statements contained in this Affidavit are true and correct and made with full knowledge that the State of New Jersey and the Borough of Red bank shall rely upon the truth of the statements contained in this Affidavit and in said Bid Proposal in signing the Contract for the said project. At all times during the performance of the collection contract, I agree to commit, for use only in the Borough of Red bank, the number of collection vehicles reasonable calculated to ensure safe, adequate and proper service. I further warrant that in the event that dedication of vehicles for use only in the Borough of Red bank is not feasible, that the Borough of Red bank will not be responsible for disposal costs for waste generated outside the Borough of Red bank. I also understand and agree that failure to comply with the representations contained herein shall be cause for Breach of Contract and will entitle the Borough of Red bank to damages arising therefrom. Name of Firm or Individual Title Signature Subscribed and sworn to before me this Date day of _ Notary Public of My Commission expires: CERTIFICATE OF INSURANCE Contractor shall supply the Certificate of insurance required by these Bid Specifications. AFFIRMATIVE ACTION AFFIDAVIT STATE OF NEW JERSEY COUNTY OF MONMOUTH BOROUGH OF RED BANK SOLID WASTE AND RECYCLING COLLECTION SERVICES I, [NAME OF AFFIANT] of the Borough of in the State Commonwealth] of being of full age and duly sworn according to law, on my oath depose and say that: I am employed by the firm of [NAME OF BIDDER], the bidder submitting the Bid Proposal for the above- named project, in the capacity of [TITLE OF AFFIANT], and I have executed the Bid Proposal with full authority to do so. Further, the bidder will comply with the provisions of Public Law 1975, Chapter 127, and shall require all subcontractors to comply with the provisions Public Law 1975, Chapter 127. Name of Firm or Individual Title Signature Date Subscribed and sworn to before me this day of _ Notary Public of My Commission expires: APPENDIX 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 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will take affirmative action to ensure that such applicants are recruited and employed, 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 action 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 al! 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, where applicable, will send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' 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 regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to employ minority and women workers consistent with the applicable county employment goals established in accordance with N.J.A.C. 17:27 5.2, or a binding determination of the applicable county employment goals determined by the Division, pursuant to N.J.A.C. 17:27-5.2. The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the applicable employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 The contractor and its subcontractors shall furnish such reports or other documents to the Div. of Contract Compliance & EEO as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Div. of Contract Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27. EXHIBIT C The contractor and the Borough of Red bank (hereafter "owner") do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. Sl2l 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner's grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense. The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the owner or its representatives. It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this paragraph. It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor's obligations assumed in this Agreement, nor shall they be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law. EXHIBIT D 7:26H-6. I 7 Insurance requirements If a contract is awarded, the contractor shall be required to purchase and maintain during the life of the contract, comprehensive general and contractual liability insurance, comprehensive automobile liability insurance and workers' compensation insurance with limits of not less than the following: For workers' compensation, unlimited coverage and in accordance with New Jersey statutes for employer's liability; For comprehensive general and contractual liability insurance coverage, the policies to include personal liability, property, contractual liability, explosion, collapse and underground hazard coverage, and completed operations coverage for the term of the contract, bodily injury liability limits of $ I ,000,000 each person and property damage liability limits, of $3,000,000 each occurrence and For comprehensive automobile liability insurance coverage, bodily injury liability limits of $500,000 each person and $1,000,000 each occurrence, and property damage liability limits of $1,000,000 each occurrence. The insurance certificate shall list the governing body as additional insured on the comprehensive general contractual liability, automobile liability, and umbrella policies. Each insurance policy shall contain a provision stating that neither the insured, nor the insurer may cancel, materially change, or refuse renewal without 30 days prior written notice to the contract administrator. All insurance required pursuant to (a) above shall remain in full force and effect until the final contract payment. Each insurance policy shall provide that neither the contractor, nor its insurer, shall have any right to subrogation against the governing body. Each insurance policy shall provide primary coverage for any and all losses and shall be drafted so as to protect all of the parties. Certificates of insurance shall be delivered to the contract administrator at the time designated by the contracting unit provided however, that the time so designated shall be after the contract is awarded and prior to the commencement of performance. --- Document: Solid Waste Bid 2025 Addendum PDF --- 1MFBTFTFFVQEBUFTBOEDMBSJGJDBUJPOTUPUIF#PSPVHITTPMJEXBTUFBOESFDZDMJOHDPMMFDUJPODPOUSBDU5IF GPMMPXJOHBEKVTUNFOUTSFGMFDUPQFSBUJPOBMDIBOHFT VQEBUFEQSPQFSUZDPVOUT BOESFWJTJPOTUPGBDJMJUZBOE TFSWJDFSFRVJSFNFOUT 3FTJEFOUJBM6OJU$PVOU t 5IFUPUBMOVNCFSPGBQBSUNFOUVOJUTIBTJODSFBTFEGSPN UP 'BDJMJUZ$PMMFDUJPO$IBOHFT t 4VOTFU"WFOVFIBTCFFOSFNPWFEGSPNUIFMJTUPG#PSPVHIGBDJMJUJFTSFRVJSJOHDPOUBJOFSDPMMFDUJPO BUUIFSFDZDMJOHZBSE t "MMPUIFSGBDJMJUZDPMMFDUJPOTSFNBJOBTQSFWJPVTMZMJTUFEJOUIFDPOUSBDU -JUUFS-PDLFSTo4USFFUT1BSLT t 5IF#PSPVHIDVSSFOUMZIBTMJUUFSMPDLFSTJOPQFSBUJPO t 1FSUIFDPOUSBDU UIFUPUBMOVNCFSDBOOPUFYDFFEVOJUT t 5IFTFVOJUTBSFUPCFDPMMFDUFEEBJMZ JOBDDPSEBODFXJUIUIFFYJTUJOHTFSWJDFTDIFEVMF 1BSLT t .BQMF$PWFIBTCFFOBEEFEBTBEFTJHOBUFE#PSPVHIQBSLMPDBUJPO t 5IJTCSJOHTUIFUPUBMOVNCFSPGQBSLTDPWFSFEVOEFSUIFDPOUSBDUGSPNTJY UPTFWFO #VMLBOE'VSOJUVSF$PMMFDUJPO $POUSBDU"EEFOEVN t 0QUJPOT"BOE#CVMLBOEGVSOJUVSFDPMMFDUJPOTFSWJDFT t $VSSFOUMZDPMMFDUJPOTBSFPODFQFSNPOUI GPSFBTUPGCSPBETUSFFUBOEPODFQFSNPOUIXFTUPG CSPBE PROPOSAL OPTION #1 TYPE 10 MUNICIPAL WASTE – once weekly year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #2 TYPE 10 MUNICIPAL WASTE – Twice weekly year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #3 TYPE 10 MUNICIPAL WASTE – once weekly, twice weekly summer year round YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #4A & 4B TYPE 13 BULKY WASTE AND COLLECTION OF WHITE GOODS COLLECTION OPTION 4A Once per month OPTION 4B Once per quarter YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) Year 2 (2027- 2028) Year 3 (2028- 2029) Year 4 (2029- 2030) Year 5 (2030- 2031) __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #5 RECYCLING COLLECTION YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS % SHARE OF REVENUE TO THE BOROUGH Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date PROPOSAL OPTION #6 COMPOSTING ORGANICS (to be provided in conjunction with Option #1, and #5) YEAR AMOUNT IN NUMBERS AMOUNT IN WORDS Year 1 (2026- 2027) $ Year 2 (2027- 2028) $ Year 3 (2028- 2029) $ Year 4 (2029- 2030) $ Year 5 (2030- 2031) $ __________________________________________________________________________________________ Name Title Signature Date 6.2 BIDDING DOCUMENT NO. 2 CERTIFICATE OF PUBLIC CONVENIENCE & NECESSITY/A-901 APPROVAL LETTER NAME: _ COMPLETE ADDRESS: TELEPHONE NUMBER: _ CERTIFICATE NUMBER DATE ATTACH A PHOTO COPY OF CERTIFICATE OF PUBLIC CONVENIENCE AND NECESSITY TOGETHER WITH A PHOTO COPY OF A-901 APPROVAL LETTER ------------- BIDDING DOCUMENT NO. 3 STATEMENT OF BIDDER'S QUALIFICATIONS, EXPERIENCE AND FINANCIAL ABILITY WITH COMPLETED QUESTIONNAIRE SETTING FORTH BIDDER'S EXPERIENCE AND QUALIFICATIONS. STATE OF NEW JERSEY COUNTY OF SS: RED BANK BOROUGH SOLID WASTE AND RECYCLING COLLECTION SERVICES I, ,am the _ (Name of Affiant) (Identify Relationship to Bidder) of the (Owner, Partner, President or Other Corporate Officer) , and being duly sworn, I depose and say: (Name of Bidder) All of the answers set forth in the Questionnaire are true and each question is answered on the basis of my personal knowledge. All of the answers given in the Questionnaire are given by me for the express purpose of inducing the Borough of Red bank to award to [NAME OF BIDDER] the contract for solid waste collection [and recycling] services in the event said bidder is the lowest responsible bidder on the basis of the bid proposal which is submitted herewith. I understand and agree that the Borough of Red bank will rely upon the information provided in the Questionnaire in determining the lowest, responsible bidder to be awarded the contract. I also understand and agree that the Borough of Red bank may reject the bid proposal in the event that the answer to any of the foregoing questions is false. I do hereby authorize the Borough of Red bank, or any duly authorized representative thereof, to inquire about or to investigate the answer to any question provided in the Questionnaire, and I further authorize any person or organization that has knowledge of the facts supplied in such statement to furnish the Borough of Red bank with any information necessary to verify the answers given. Name of Firm or Individual Title Signature Date Subscribed and sworn to before me this day of ,2021 Notary Public of My Commission expires ------- Note: A partnership must give firm name and signature of all partners. A corporation must give full corporate name and signature of official, and the corporate seal affixed. QUESTIONNAIRE SETTING FORTH BIDDER'S EXPERIENCE AND QUALIFICATIONS This questionnaire must be filled out and submitted as part of the Bid Proposal for solid waste collection and disposal for the Borough of Red bank. Failure to complete this form or to provide any of the information required herein shall result in rejection of the Bid Proposal. Answers should be typewritten or printed neatly in black or blue ink. Answers must be legible. Any answer that is illegible or unreadable will be considered incomplete. If additional space is required, the bidder shall add additional sheets and identify clearly the question being answered. 1. How many years has the bidder been in business as a contractor under your present name? 2. List any other names under which the bidder, its partners or officers have conducted business in the past five years. 3. Has the bidder failed to perform any contract awarded to it by the Red bank Borough Committee under its current or any past name in the past five years? If the answer is "Yes", state when, where and why. A complete explanation is required. 4. Has any officer or partner of the bidder's business ever failed to perform any contract that was awarded to him/her as an individual by the Red bank Borough Committee in the past five years? If the answer is "Yes", state when, where and why. A complete explanation is required. 5. List all public entity contracts which the bidder or its partners is now performing or for which contracts have been signed, but work not begun. Give the name of the municipality or owner, the amount of the contract and the number of years the contract covers. 6. List the government solid waste collection and disposal services contract that the bidder has completed within the last five years. Give detailed answers to questions below relating to this subject. Name of contracting unit; Approximate population of contracting unit; Term of contract from to; How were materials collected? Give location of disposal site or sites and methods used in the disposal of solid waste; 7. Name and telephone number of Contract Administrator or some other official in charge of collection and disposal. 8. State all equipment owned by and/or available to the bidder for use in collection of the waste described in the work specifications. Include the make of each vehicle, the year of manufacture, the capacity, years of service, present condition and the type and size of the truck bodies. 9. Where can this equipment described above be inspected? 10. Identify all equipment that is not presently owned or leased by the bidder that will be necessary to perform the services in accordance with the work specifications. 11. Describe how you will obtain such equipment if you are awarded the contract. If such equipment is to be leased, provide the name, address and phone number of the lessor. If the equipment is to be purchased, provide the name, address and phone number of the seller. 12. If the equipment to be leased or purchased is not located at the address(s) given above in answer 9, identify where the equipment can be inspected. 13. List the name and address of three credit or bank references. 14. Supply the most recent Annual Report, as required to be filed with the Department of Environmental Protection. In accordance with N.J.S.A.40A:11-13(f), the bidder shall additionally submit a financial statement if a financial statement is Federally required as a condition upon the awarding of a monetary grant to be used for the purchase, contract or agreement. 15. Additional remarks. Name of Bidder Signature Name & Title Date: BIDDING DOCUMENT NUMBER 4 TO BE SUPPLIED BY BIDDER BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That (hereinafter called the Principal) as Principal, and the , corporation created and existing under the laws of the State of New Jersey, with its principal office in (hereinafter called the Surety), as Surety, and held and firmly bound unto (hereinafter called the Obligee) in the full and just sum of dollars ($ ), good and lawful money of the United States of America, to the payments of which the sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this day of 2021. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award within 60 days to the Principal for according to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with Surety or Sureties approved by the ObIigee; or if the Principal shall, in case of failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. In Testimony Whereof, the Principal and Surety have cased these presents to be duly signed and sealed. WITNESS: (SEAL) (If individual or Firm) (SEAL) (SEAL) ATTEST: (If Corporation) (NAME OF SURETY) By:----------- Attorney-in-Fact STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization: Organization Address: Part I Check the box that represents the type of business organization: Sole Proprietorship (skip Parts II and III, execute certification in Part IV) Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) For-Profit Corporation (any type) Limited Liability Company (LLC) Partnership Limited Partnership Limited Liability Partnership (LLP) Other (be specific): Part II The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Address Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part II Address Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidder/proposer; that the Borough is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with Borough to notify the Borough in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the Borough to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Title: Signature: Date: 27 6.6 BIDDING DOCUMENT No. 6 NON-COLLUSION AFFIDAVIT STATE OF NEW JERSEY COUNTY OF SS: RED BANK BOROUGH SOLID WASTE AND RECYCLING COLLECTION SERVICES I, ,of the City of in the (Name of Affiant) State of ,being of full age and duly sworn according to law, on my oath depose and say that: I am employed by the firm of [NAME OF BIDDER], the bidder submitting the Bid Proposal for the above named project, in the capacity of [TITLE OF AFFIANT], and I have executed the Bid Proposal with full authority to do so. Further, the 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. All statements contained in said Bid Proposal and in this affidavit are true and correct and made with full knowledge that the State of New Jersey and the Borough of Red bank rely upon the truth of the statements contained in this affidavit and in said bid Proposal in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the [NAME OF BIDDER] who possess a Certificate of Public Convenience and Necessity and a License issued pursuant to N.J.A.C. 7:26-16 et seq. Name of Firm or Individual Title Signature Date Subscribed and Sworn to before me this day of ,2021 Notary Public of My Commission expires ,20 BIDDING DOCUMENT NO. 7 CONSENT OF SURETY CONSENT OF SURETY (This Consent of Surety is Part of the Proposal) (Name of Surety Co.) (Address) KNOW ALL MEN BY THESE PRESENTS, that (Name of Bidder) as Principal, and existing under the laws of the State of a corporation created and having its principal office at (Complete Address of Surety Company) being a surety company licensed to do business in the State of New Jersey, in consideration of the premises and of other good and valuable consideration, the receipt of which is hereby acknowledged, are held firmly bound unto the Borough of Red bank, New Jersey, hereby jointly and severally bind ourselves, our heirs, successors, administrators, executors, legal representative, and assigns by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas, the above named Principal submits the herewith Proposal for Solid Waste and Recyclable Collection and Disposal Services in the Borough of Red bank, New Jersey in conformance with the Notice to Bidders and Instructions to Bidders; we, the above named Surety will meet all stipulations and will execute the Surety Bonds as hereinafter specified, to the above named Principal in the event he should be awarded a Contract, and in amount one hundred percent of the total Bid Price for performing the work and guaranteeing its performance in conformity with the contract Documents and in amount one hundred percent of the total Bid Price for the protection of persons furnishing material or labor in connection with the performance of the work, to the Borough of Red bank, New Jersey. WITNESS OUR SIGNATURES this day of , 2021. (SEAL) Title (SEAL) Attest (Bidder - Principal) ---------Attest Title (Name of Surety Company By:. _ (Signature) BIDDING DOCUMENT NO. 8 BID PROPOSAL Proposal for SOLID WASTE AND RECYCLING COLLECTION SERVICES, beginning February 1, 2026 Borough of Red bank: I or We of (Complete Address) (City, State, Zip) hereby agree to provide complete performance in accordance with the Contract and Specifications for the Prices listed on the Proposal Sheets. The Undersigned certifies that he has examined the Instructions and Specifications for "Solid Waste and Recycling Collection Services" and submits this proposal in full compliance therewith. Note: Bidders are required to sign all Option Proposal Sheets. Bidders shall bid on all Option Proposals. Signature Affix Seal if a Corporation Title DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY - DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 BID SOLICITATION # AND TITLE: VENDOR NAME: Pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4) any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity, nor any of its parents, subsidiaries, or affiliates, is identified on the New Jersey Department of the Treasury’s Chapter 25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division’s website at https://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Vendors/Bidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person or entity to be in violation of the law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. CHECK THE APPROPRIATE BOX I certify, pursuant to N.J.S.A. 52:32-57, et seq. (P.L. 2012, c.25 and P.L. 2021, c.4), that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List of entities determined to be engaged in prohibited activities in Iran. OR I am unable to certify as above because the Vendor/Bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury’s Chapter 25 List. I will provide a detailed, accurate and precise description of the activities of the Vendor/Bidder, or one of its parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information requested below. CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor is under a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I may be subject to criminal prosecution under the law, and it will constitute a material breach of my contract(s) with the State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable. Signature Date Print Name and Title Entity Engaged in Investment Activities Relationship to Vendor/ Bidder Description of Activities Duration of Engagement Anticipated Cessation Date *Att h Additi l Sh t If DPP Rev. 12.13.2021 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 “Vendori”) that seeks to enter into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: https://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification in violation of the law, it shall take any action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, certify that I have read the definition of “Vendor” below, and have reviewed the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, and having done so certify: (Check the Appropriate Box) A. 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 B. 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 C. 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 forthbelow. (Attach Additional Sheets If Necessary.) Signature of Vendor’s Authorized Representative Date Print Name and Title of Vendor’s Authorized Representative Vendor’s FEIN Vendor’s 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 i 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). NJ Rev. 1.22.2024 BIDDING DOCUMENT NO. 10 ACKNOWLEDGMENT OF RECEIPT OF NOTICES, REVISIONS OR ADDENDA TO THE ADVERTISEMENT OR BID DOCUMENTS The undersigned bidder acknowledges receipt of the following Notices, Revisions or Addenda to the Advertisement or Bid Documents: Notice, Revisions or Addendum No. (initial) Date Acknowledged Receipt □ No addenda were received. Failure of the bidder to acknowledge the bidder's receipt of any notice or revisions or addenda to the advertisement or bid documents, in this document shall be deemed a fatal defect that shall render the Bid Proposal unresponsive and cannot be cured. Name of Bidder Signature Name & Title Date: _ BIDDING DOCUMENT NO. 11 CERTIFICATION OF BIDDER'S STATUS ON THE STATE TREASURER'S LIST OF DEBARRED, SUSPENDED AND DISQUALIFIED BIDDERS PROJECT: SOLID WASTE AND RECYCLING COLLECTION SERVICES CERTIFICATION REGARDING INVESTMENT ACTIVITIES IN IRAN STATE OF NEW JERSEY COUNTY OF _ SS: I, (name), of the (twp/city) of (twp/city name), in the State of _ (state), of full age, being duly sworn according to law on my oath depose and say that: I am (title) of the firm of (individual/firm name), the bidder making the proposal for the above-named project, that I executed the Proposal, this affidavit and all other bidding documents with full authority to do so, and that the bidder is not now at the time of submission of this bid included on the State of New Jersey Treasurer's List of Debarred, Suspended and Disqualified Bidders. By:. _ Deponent's Name Date: _ Deponent's Title Subscribed and sworn to before me this day of , 20 . Notary Public of My Commission expires on 6.12 BIDDING DOCUMENT NO. 12 RECYCLING MARKETS AFFIDAVIT AFFIDAVIT STATE OF NEW JERSEY COUNTY OF _ SS: I, (name), am the (title) of the (bidder's name), and being duly sworn, I depose and say that: At all times during the performance of this contract Bidder has secured sufficient capacity for the marketing of all recyclable materials being collected from the Borough of Red bank. I understand and agree that failure to comply with the representations contained herein shall be cause for breach of contract and will entitle the Borough of Red bank to damages arising therefrom. I have executed this Affidavit with full authority to do so. All statements contained in this affidavit are true and correct and made with full knowledge that the Borough of Red bank is relying upon the truth of the statements contained herein and in the Bid Proposal in signing the Contract for the project. Contractor/Name of Firm or Individual Title Signature Subscribed and sworn to before me this Date day of , 20 . Notary Public of My Commission expires on 6.13. BIDDING DOCUMENT NO. 13. DIESEL VEHICLE RETROFIT COMPLIANCE DOCUMENTATION Attach Diesel Vehicle Retrofit Compliance Documentation to this page in accordance with Section 5.21 of the Bid Specifications. ATTACH CONTRACT DOCUMENTS CONTRACT THIS DRAFT FORM IS SUBJECT TO MODIFICATION BY RED BANK BOROUGH BASED ON BID OPTIONS IT CHOOSES. CONTRACT FOR SOLID WASTE AND RECYCLING COLLECTION SERVICES THIS AGREEMENT, made this _ day of , 2025, between the Borough of Red bank, a Municipal Corporation of the State of New Jersey, 90 Monmouth Street, Red Bank, NJ 07701, hereinafter referred to as the "Borough"; and whose address is , hereinafter referred to as the "Contractor". WITNESSETH, that in consideration of the promises and agreements set forth herein, the parties hereto promise, agree and contract to and with each other as follows: The Contractor will provide the Borough with regular weekly garbage and waste pick-up, recycling pick-up and bulk pick-up for all residences (including Red bank Commons Condominium Complex), for all businesses, for all schools and for all municipal locations within the Borough of Red bank as per the Notice to Bidders, Bid Specifications as amended and to the extent set forth in the Bid Proposal accepted by the Borough of Red bank and for which award of contract has been given by the Borough of Red bank. Performance and compliance of Contract will be for such amounts, from and to such places as are set forth in the Notice to Bidders and the Specifications as promulgated by the Borough. The contract will be recognized and enforced for the period covering February 1, 2026 to January 31, 20_____ for the total price of ($ __________________________________________________) payable, as set forth herein; ($ ___________________________________________________) total cost of services for February 1, 2026 through January 31, 202_____________; (AMOUNTS FOR SECOND, THIRD, FOURTH AND FIFTH YEARS TO BE INSERTED IF AND AS AWARDED). All of the terms and conditions of the Specifications as amended, and as set forth therein or referred to in the Notice to Bidders and Contractors' Bid Proposal, are hereby incorporated in this Contract and made a part hereof by reference thereto as though fully set forth herein. If there are any inconsistencies or ambiguities between this Contract and the Specifications, the stricter provision or interpretation, which benefits the Borough, shall apply. The Contractor agrees that there will be no deviation from the quality or standards of the service required to be furnished or in the conditions as set forth in the Specifications concerning the same or the delivery thereof, except as may be set forth herein. The Contractor shall furnish to the Borough quarterly and year-end recycling reports. Should the Borough request reports more frequently, Contractor agrees that it will furnish it upon request. There shall be no additional payments made to the Contractor other than as expressly provided for in the Specifications and as set forth in the Resolution accepting Contractors Bid Proposal, unless additional payments are agreed to and set forth in writing signed by the Borough or its duly authorized officers, agents or representatives. This Contract shall be renegotiated to reflect any increases or decreases in solid waste disposal cost whenever: The increase or decrease results from compliance with an Order issued by the New Jersey of Environmental Protection directing the solid waste collected pursuant to this Contract to be disposed at a facility other than the designated disposal facility set forth herein; or The increase or decrease occurs as a result of lawful increases in the rates, fees or charges imposed on the disposal of solid waste at the disposal facility designated herein. In the event of such increase or decrease the parties shall attempt to renegotiate this Contract within fifteen (15) days of written notice of the contemplated increase or decrease being received by either party. In the event that the Contract cannot be mutually renegotiated, either party shall have the right to terminate this Contract upon serving written notice of termination upon the other party which termination shall take effect not less than 75 days following receipt of Notice of Termination by the other party. [n the event the Contractor shall not furnish the services required under this Agreement or shall fail to deliver the same in the manner or at the times required , the Borough shall be entitled to purchase such services as may be required in place of those the Contractor fails to furnish for the best price the Borough can obtain at that time without public bidding as provided under N.J.S.A. 40:11-6. Any increase in the cost to the Borough above the price herein agreed to be paid shall be charged to and shall become the obligation of the Contractor. The Borough, at its option , may deduct from monies due and owing to the Contractor , if any, such excess costs resulting from Contractor's nonperformance. The Contractor shall be liable for payment of all charges for delivery of the service to be furnished under the Agreement to the places specified in the Specifications. The Contractor shall indemnify and save harmless the Borough, its officers, agents and /or employees, against and from all suits, demands, claims, damages, or costs of suit to which the Borough, or its aforesaid officers, agents and /or employees may be put by reason of injury or damage to the person or property of others resulting from the service furnished by the Contractor hereunder, or from any carelessness or negligence of the Contractor or its agents or subcontractors in either furnishing or delivering the said services and as a result of which the Borough, or its officers, agents and/or employees may be sued or may otherwise be involved. The Contractor further agrees to furnish appropriate Certificates of Insurance acceptable to the Borough covering this provision and in accordance with the Specifications upon execution of this Contract and thereafter upon request by the Borough or as required by this Contract. The Borough agrees to pay to the Contractor for the actual quantity of services delivered at the price bid and at the times as specified in the Specifications after submission of itemized vouchers as specified in the Specifications by the Contractor on approved Borough Voucher forms duly sworn to. Payment shall be made at such times as shall conform to the standard practice of the Borough for payment for services rendered and as specified in the Specifications. Acceptance by the Contractor of the final payment constituting payment in full of the agreed price by the Borough under the terms of this Contract shall be considered as a release in full for all claims against the Borough growing out of the services rendered, whether or not a formal release for same is executed and delivered . Any work or service to be performed under this Contract shall be subject to periodic inspection by the Borough , or its authorized representatives, and such service which, in the opinion of the Borough, does not conform to the requirements of the Specifications or this Contract, shall not be deemed accepted and approved as complying with the performance of this Contract. The Borough's opinion rendered under this provision shall be final and conclusive upon Contractor. Contractor on or before signing this Contract shall execute a 100% performance bond consistent with §4.4 of the bid specifications to the Borough of Red bank. The bond shall be executed by a responsible bonding company in good financial standing and authorized to do business in the State of New Jersey and must be posted and presented to the Borough of Red bank upon signing this Contract. Failure of Contractor to provide the performance bond upon signing this Contract shall constitute a breach of contract. Contractor will be responsible for all damages incurred by the Borough of Red bank if it defaults. The Borough of Red bank's recourse is not limited solely to seeking payment under the bid bond. Contractor shall maintain a performance bond for each year of the contract. Failure to deliver a performance bond for any year of a multi-year contract 120 days prior to the termination of the current bond will constitute a breach of contract and entitle the Borough of Red bank to terminate the contract upon expiration of the current bond. Notwithstanding termination pursuant to this section, the Contractor is obligated to fully perform through the date of termination of the Contract and damages shall be assessed in an amount equal to the costs by the Borough of Red bank in rebidding the contract as well as any other damages the Borough of Red bank may incur. The Contractor agrees that no one employed by it shall, while engaged in the performance of this Contract, work more than eight hours in any one day except under the conditions allowed under the provisions of applicable Federal and State law, or other lawful regulation applying thereto, and all employees performing work or services on behalf of the Contractor under this Contract shall not be paid less than the prevailing rate of wages for work of a similar nature as required under the law of the State of New Jersey or the United States of America. During the performance of this Contract, the Contractor agrees as follows: The Contractor 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 take affirmative action to ensure that such applicants are recruited and employed, 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 action 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 contracting officer setting forth the provisions of this nondiscrimination clause; The Contractor 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 will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' 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 agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time. The Contractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. 17:27-5.2. The Contractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The Contractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the Contractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal Jaw and applicable Federal court decisions. 1. The Contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report or Employee information Report Form AA302 The Contractor shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (N.J.A.C. 17:27). The Borough of Red bank specifically directs the Contractor's attention to N.J.S.A. 40A:13. This statute requires the Contractor to use components and parts manufactured in the United States, when available. · The parties agree that in the event of a dispute, any legal action instituted in this matter shall be in the Superior Court of New Jersey, Monmouth County. The Contractor agrees and does hereby submit itself to the jurisdiction of the Court. In the event any dispute is detern1ined in favor of the Borough of Red bank, including by settlement, Contractor shall pay all of the Borough of Red bank's reasonable attorney's fees and costs. This Contract shall be construed and interpreted in accordance with the laws of the State of New Jersey. This Contract shall be binding upon the Borough and the Contractor its successors and assigns. This Contract cannot be amended except in writing signed by both the Borough and the Contractor or as specifically provided in the documents which form this Contract. IN WITNESS WHEREOF, the said party of the first part has caused this instrument to be signed by its Mayor, attested by its Clerk and its Corporate Seal to be hereunto affixed, pursuant to Resolution of the Borough passed for that purpose, and the said Contractor has set its hand and seal, or caused these presents to be signed by its Division Manager and its Corporate Seal to be hereunto affixed attested by its Secretary the day and year first above written. ATTEST: Borough of Red bank _____________, Borough Clerk ATTEST: By: ____________________, Mayor Printed Name: By: Printed Name: PERFORMANCE BOND Contractor shall submit a performance guaranty as required by these Bid Specifications. VEHICLE DEDICATION AFFIDAVIT AFFIDAVIT STATE OF NEW JERSEY: ss COUNTY OF MONMOUTH: BOROUGH OF RED BANK SOLID WASTE AND RECYCLING COLLECTION SERVICES I, [NAME OF AFFIANT], am the [IDENTIFY RELATIONSHIP TO BIDDER. OWNER, PARTNER, PRESIDENT, OR ANOTHER CORPORATE OFFICER] OF THE [NAME OF BIDDER], and being duly sworn, I depose and say: All statements contained in this Affidavit are true and correct and made with full knowledge that the State of New Jersey and the Borough of Red bank shall rely upon the truth of the statements contained in this Affidavit and in said Bid Proposal in signing the Contract for the said project. At all times during the performance of the collection contract, I agree to commit, for use only in the Borough of Red bank, the number of collection vehicles reasonable calculated to ensure safe, adequate and proper service. I further warrant that in the event that dedication of vehicles for use only in the Borough of Red bank is not feasible, that the Borough of Red bank will not be responsible for disposal costs for waste generated outside the Borough of Red bank. I also understand and agree that failure to comply with the representations contained herein shall be cause for Breach of Contract and will entitle the Borough of Red bank to damages arising therefrom. Name of Firm or Individual Title Signature Subscribed and sworn to before me this Date day of _ Notary Public of My Commission expires: CERTIFICATE OF INSURANCE Contractor shall supply the Certificate of insurance required by these Bid Specifications. AFFIRMATIVE ACTION AFFIDAVIT STATE OF NEW JERSEY COUNTY OF MONMOUTH BOROUGH OF RED BANK SOLID WASTE AND RECYCLING COLLECTION SERVICES I, [NAME OF AFFIANT] of the Borough of in the State Commonwealth] of being of full age and duly sworn according to law, on my oath depose and say that: I am employed by the firm of [NAME OF BIDDER], the bidder submitting the Bid Proposal for the above- named project, in the capacity of [TITLE OF AFFIANT], and I have executed the Bid Proposal with full authority to do so. Further, the bidder will comply with the provisions of Public Law 1975, Chapter 127, and shall require all subcontractors to comply with the provisions Public Law 1975, Chapter 127. Name of Firm or Individual Title Signature Date Subscribed and sworn to before me this day of _ Notary Public of My Commission expires: APPENDIX 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 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will take affirmative action to ensure that such applicants are recruited and employed, 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 action 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 al! 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, where applicable, will send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' 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 regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to employ minority and women workers consistent with the applicable county employment goals established in accordance with N.J.A.C. 17:27 5.2, or a binding determination of the applicable county employment goals determined by the Division, pursuant to N.J.A.C. 17:27-5.2. The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the applicable employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 The contractor and its subcontractors shall furnish such reports or other documents to the Div. of Contract Compliance & EEO as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Div. of Contract Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27. EXHIBIT C The contractor and the Borough of Red bank (hereafter "owner") do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. Sl2l 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner's grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense. The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the owner or its representatives. It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this paragraph. It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor's obligations assumed in this Agreement, nor shall they be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law. EXHIBIT D 7:26H-6. I 7 Insurance requirements If a contract is awarded, the contractor shall be required to purchase and maintain during the life of the contract, comprehensive general and contractual liability insurance, comprehensive automobile liability insurance and workers' compensation insurance with limits of not less than the following: For workers' compensation, unlimited coverage and in accordance with New Jersey statutes for employer's liability; For comprehensive general and contractual liability insurance coverage, the policies to include personal liability, property, contractual liability, explosion, collapse and underground hazard coverage, and completed operations coverage for the term of the contract, bodily injury liability limits of $ I ,000,000 each person and property damage liability limits, of $3,000,000 each occurrence and For comprehensive automobile liability insurance coverage, bodily injury liability limits of $500,000 each person and $1,000,000 each occurrence, and property damage liability limits of $1,000,000 each occurrence. The insurance certificate shall list the governing body as additional insured on the comprehensive general contractual liability, automobile liability, and umbrella policies. Each insurance policy shall contain a provision stating that neither the insured, nor the insurer may cancel, materially change, or refuse renewal without 30 days prior written notice to the contract administrator. All insurance required pursuant to (a) above shall remain in full force and effect until the final contract payment. Each insurance policy shall provide that neither the contractor, nor its insurer, shall have any right to subrogation against the governing body. Each insurance policy shall provide primary coverage for any and all losses and shall be drafted so as to protect all of the parties. Certificates of insurance shall be delivered to the contract administrator at the time designated by the contracting unit provided however, that the time so designated shall be after the contract is awarded and prior to the commencement of performance.
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
"...The successful bidder shall provide a bond issued by a surety in the amount equal to no more than 100% of the annual value of the contract...."
liquidated damages
Evidence Detected
"...the sum of fifty ($50.00) dollars per container, per day...."
Quick Actions
Contacts
Administrator's Office (for documents) · Borough of Red Bank
hidden@email.com
UnlockSean P. Canning
QPA Consultant (for pre-bid conference info)
hidden@email.com
UnlockMunicipal Clerk (for bid submission) · Borough of Red Bank
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