SLED Opportunity · NEW JERSEY · CITY OF EAST ORANGE

    SOUTH CLINTON STREET, DODD STREET, AND WILLIAM STREET IMPROVEMENTS PROJECT

    Issued by City of East Orange
    cityRFQCity of East OrangeSol. 238996
    Closed
    STATUS
    Closed
    due Apr 1, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of East Orange seeks qualified vendors for the South Clinton Street, Dodd Street, and William Street Improvements Project, focusing on municipal street infrastructure enhancements.

    Opportunity details

    Solicitation No.
    238996
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 12, 2026
    Due Date
    April 1, 2026
    NAICS Code
    237310AI guide
    Agency
    City of East Orange

    Description

    The City of East Orange is soliciting bids from qualified vendors with extensive well-documented experience and knowledge to fulfill the requirements for SOUTH CLINTON STREET, DODD STREET, AND WILLIAM STREET IMPROVEMENTS PROJECT for the City of East Orange.

    Background

    The scope of work under this Bid will consist of full-depth pavement reconstruction, curb construction, ADA ramp construction, and sidewalk construction of South Clinton Street (From Central Avenue to the Newark City Line), William Street (From North Arlington Avenue to the Orange City Line), and Dodd Stret (From Midland Avenue to Prospect Street). 

    Project Details

    • Department: Procurement
    • Department Head: - (-)

    Important Dates

    • Questions Due: 2026-03-23T15:00:00.000Z

    Evaluation Criteria

    • Summary

      The City of East Orange NJ will receive bids via the City's e-Procurement Portal for SOUTH CLINTON STREET, DODD STREET, AND WILLIAM STREET IMPROVEMENTS PROJECT. Bids will be received until 11:00 am on Wednesday, April 1, 2026, and then publicly opened on the City’s  e-Procurement Portal. Any bid received on or after 11:00 am shall not be accepted in the OpenGov Procurement system.

      Only electronic bids shall be accepted.

      NOTE: It is important to note that this process should be completed well in advance of the bid deadline / bid opening. DO NOT WAIT UNTIL THE LAST MINUTE. The City's electronic procurement portal will not allow electronic bids to be submitted once the deadline has passed, even if you've already started the process. The deadline is based on the countdown timer found on the OpenGov bid submission page.

      Contact Information

      Edward Cho. QPA
      Purchasing Agent
      East Orange Purchasing Department
      44 City Hall Plaza East Orange, NJ 07019
      Email: Edward.cho@eastorange-nj.gov

    • Definitions

      As used herein:

      1. The term “bid” means the bidder’s price offer and response to this Invitation for Bid (IFB).
      2. The term “bidder” means a food service management company submitting a bid in response to this IFB.
      3. The term “contractor” means a successful bidder who is awarded a contract by an SFSP sponsor.
    • Description of Services

      The scope of work under this Bid will consist of full-depth pavement reconstruction, curb construction, ADA ramp construction, and sidewalk construction of South Clinton Street (From Central Avenue to the Newark City Line), William Street (From North Arlington Avenue to the Orange City Line), and Dodd Stret (From Midland Avenue to Prospect Street). 

    • Term of Contract

      Construction under this contract shall be fully completed within 270 Calendar Days of Notice to Proceed.  With the exception of a force majeure, if the contractor fails to complete the contract on or before the completion date, the contractor agrees that for each day the contract shall remain uncompleted, the City may deduct $    from the total contract price.  It is understood by the city and contractor that actual damages caused by the failure of the contractor to complete performance under this contract in a timely manner are impracticable or extremely difficult to fix, and that the per diem deduction from the contract price shall be retained by the city as payment by the contractor of liquidated damages, and not as a penalty, for such failure.   

    • Timeline
      Advertisement Date:March 12, 2026
      Questions Submission Deadline:March 23, 2026, 11:00am
      Submissions Deadline:April 1, 2026, 11:00am
    • Bid Security Requirements

      Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount of ten percent (10%) of the total price bid, but not in excess of $20,000.00, payable unconditionally to the City of Newark. When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to be the owner. The check or bond of the unsuccessful bidder(s) shall be returned pursuant to N.J.S.A. 4A:11-24(a). The check or bond of the bidder to whom the contract is awarded shall be retained until the contract is executed and the required performance bond or other security is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract pursuant to N.J.S.A. 40A:11-21.

      If the Business Administrator has authorized the Purchasing Agent, in writing, to eliminate or modify the Bonding requirements they are as follows:

      The Bid Bond (certified check/cashier’s check), in the amount of 10% of the total bid not to exceed $20,000.00 is Required

      1. All pertinent papers including a copy of Bid Bond or Certified Check (if not covered by an Annual Bid Bond) must be submitted as part of the proposal, with an original copy being submitted prior to the post to the Office of the Division of Purchasing, 44 City Hall Plaza East Orange, NJ 07019
        1. Bidder must also MAIL bid guarantee with a postmarked date no later than bid closing date addressed to:
        2. Organization Name: City of East Orange
        3. Racquel or Legal
        4. 44 City Hall Plaza, East Orange, NJ 07019
        5. Please have the Bidder Name, Contract Title ("SOUTH CLINTON STREET, DODD STREET, AND WILLIAM STREET IMPROVEMENTS PROJECT"), and Contract Number ("TBD") listed clearly on the outside of the envelope.
      2. If an Annual Bid Bond is on file with the Office of the Division of Central Purchasing, 44 City Hall Plaza East Orange, NJ 07019, covering the CURRENT YEAR, no Bid Bond or Certified Check is required with the bid. Note: All Annual Bid Bonds expire on December 31st of each calendar year, regardless of the date filed.
      3. If the total amount of your bid is UNDER $44,000.00 a Bid Bond or Certified Check is not required.
      4. On bids that are RE-ADVERTISED, a new Bid Bond or Certified Check is not required.
    • Unit Prices

      The unit prices, as submitted within a bid response, are fixed for the term of this contract. Any price change included as part of a contract renewal shall be based upon the price of the original contract as cumulatively adjusted prior to any previous adjustment or renewal, and shall not exceed: contracted amount.

    • Method of Payment
      1. Contractor shall submit its itemized invoices to City weekly. Each invoice shall give a detailed breakdown of labor and cost of materials for during the preceding period. No payment shall be made unless proper invoice.
      2. Contractor shall be paid by City for construction in accordance with this contract.
    • Questions

      Questions must be submitted through the City's e-Procurement Portal. Questions will not be accepted by any other means. Any explanation desired by a bidder regarding the meaning or interpretation of the IFB specifications and requirements must be requested through the Question & Answer area of this IFB on the City's OpenGov Procurement portal before 11:00 am on Monday, March 23, 2026. City's responses will be provided to all prospective bidders on Question & Answer area of this IFB on the City's OpenGov Procurement portal as an addendum to the IFB if such information is necessary to bidders in submitting bids on the IFB or if the lack of such information would be prejudicial to uninformed bidders.

    • Performance Bond Requirement

      Contractor shall provide City with a performance bond in the amount of 10% of the total amount of the bid. The bond shall be executed by Contractor and a licensed surety company listed in the current U.S. Department of Treasury Circular 570. The bond shall be furnished not later than ten days following the award of the contract. Upon satisfactory performance of Contractor’s contractual obligations and at the expiration of the contract term, Contractor shall be entitled to cancellation of the performance bond.

    • Submission of Bids
      1. Bidders are expected to carefully examine the specifications, schedules, and attachments herein and to inform themselves as to all terms, conditions, and requirements before submitting bids. Failure to do so will be at the bidder’s own risk and relief cannot be secured on the pleas of error. Neither law nor regulations make allowance for error either of omission or commission on the part of the bidders. In the case of error in estimated total prices in the bid, the unit price shall govern.
      2. Bids must be executed and submitted using all forms provided and providing all required information. Failure to do so may result in rejection of the bid. Changes to the IFB are not allowed. If a bid is selected, this IFB and accompanying documents along with the bid will become the contract.
      3. Bids over $100,000 must be accompanied by a bid bond in an amount equal to the percentage of the total amount of the bid. The bid bond must be from a surety company listed in the current U.S. Department of Treasury Circular 570. No other form of bid bond is acceptable (cash, letter of credit, trust account, land, etc.). Bid bonds will be returned (a) to unsuccessful bidders as soon as practicable after the opening of bids and (b) to the successful bidder upon execution of the contract and receipt of a performance bond.
      4. Failure to comply with any of the above requirements shall be reason for rejection of the bid.
    • Insurance, Indemnification

      Contractor shall procure and maintain the following insurance.

      1. Workmen’s Compensation in accordance with the laws of the State of New Jersey.
      2. Liability coverage for bodily injury, property damage and products liability, including bodily injury and property damage caused by automobiles, with limits of $500,000 for injury or death of any one person and $1,500,000 for injury or death of two or more persons in any one accident, $100,000 property damage and $200,000 products liability for any single occurrence.
      3. Contractor shall indemnify City and the State of New Jersey against loss or damage including attorney fees and costs of litigation caused by negligent acts of Contractor or of Contractor’s agents or employees.
      4. Contractor expressly agrees to defend any suit against City for Liabilities. 

      Certificates of Insurance for those policies required above shall be submitted prior to the execution of the contract. Such coverage shall be with an insurance company authorized to do business in the State of New Jersey and shall name the City of East Orange as an additional insured. It must be an insurer with a Best’s rating of no less than “A” indicating compliance with the required coverages. The bidder/vendor must notify the City of East Orange immediately of any material change in insurance coverage such as changes in limits, coverages, status of policy, etc. The City of East Orange reserves the right to require complete copies of insurance policies at all times.

      Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and shall name the City of East Orange as an additional insured.

    • Availability of Funds

      This contract is expressly made contingent upon adequate funding from Federal, state, and local sources. In the event adequate funding is not available, and City is unable to satisfy its financial obligation hereunder, City shall have the option to terminate this contract upon five days written notice to Contractor.

    • Bid Withdrawal

      Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn through the City's e-Procurement Portal. To withdraw a proposal through the City's e-Procurement Portal, the responding firm may “unsubmit” their proposal in OpenGov Procurement. After withdrawing a previously submitted proposal, the responding firm may submit another proposal at any time up to the deadline for submitting proposals.

      Once bids have been opened, they shall remain firm for a period of sixty (60) calendar days.

    • Emergencies

      In the event of unforeseen emergency circumstances, Contractor shall immediately notify City by telephone or fax of the following contact described bid document:

    • Multiple Bids (Bidders Having Interest In More Than One Bid)

      More than one bid from an individual, a firm or partnership, a corporation, or association under the same names all such bids shall be rejected.

    • Termination
      1. City reserves the right to terminate this contract if Contractor fails to comply with any of the requirements of this contract. City shall notify Contractor and surety company, if applicable, of specific instances of noncompliance in writing. In instances where Contractor has been notified of noncompliance with the terms of the contract and has not taken immediate corrective action, City shall have the right, upon written notice, of the immediate termination of the contract. Contractor or surety company, if applicable, shall be liable for any damages incurred by City.
      2. City may, by written notice to Contractor, terminate the right of Contractor to proceed under this contract, if it is determined by City that gratuities, in the form of entertainment, gifts or otherwise were offered or given by Contractor to any officer or employee of City with a view toward securing a contract or securing favorable treatment with respect to the award or renewal of the contract.
      3. In the event this contract is terminated as provided in paragraph 13(B) above , City shall be entitled (i) to pursue the same remedies against Contractor it could pursue in the event of breach of contract by Contractor, and (ii) to a penalty in addition to any other damages in an amount which shall not be less than three nor more than ten times the costs incurred by Contractor in providing any such gratuities to any such officer or employee.
      4. The rights and remedies of City provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract.
      5. Contractor may cancel this contract for the following documented reason: Non Payment 
    • Pricing
      1. All prices and amounts must be provided for in the Bid Proposal Form in the City’s e-Procurement Portal Bids containing any conditions, omissions, unexplained erasures or alterations, items not called for in the bid proposal form, attachment of additive information not required by the specifications, or irregularities of any kind, may be cause for rejection by the City in accordance with applicable law.
      2. Each bid proposal form must give the full business address, business phone, fax, e-mail (if available), the contact person of the bidder, and be signed by an authorized representative as follows:
        1. Bids by partnerships must furnish the full name of all partners and must be signed in the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and designation of the person signing.
        2. Bids by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated and must contain the signature and designation of the president, secretary, or other person authorized to bind the corporation in the matter.
        3. Bids by sole-proprietorship shall be signed by the proprietor.
        4. When requested, satisfactory evidence of the authority of the officer signing shall be furnished.
    • Specifications

      The scope of work under this Bid will consist of full-depth pavement reconstruction, curb construction, ADA ramp construction, and sidewalk construction of South Clinton Street (From Central Avenue to the Newark City Line), William Street (From North Arlington Avenue to the Orange City Line), and Dodd Stret (From Midland Avenue to Prospect Street). 

    • Payment
      1. No payment will be made unless duly authorized by the City of Newark’s authorized representative and accompanied by proper documentation.
      2. Payment will be made in accordance with the City of Newark’s policy and procedures and in accordance with the New Jersey Prompt Payment Act (N.J.S.A. 52:32-32).
      3. The City of Newark may withhold all or partial payments on account of subsequently discovered evidence including but not limited to the following:
        1. Deliverables not complying with the project specification;
        2. Claims filed or responsible evidence indicating probability of filing claims;
        3. A reasonable doubt that the contract can be completed for the balance then unpaid. When the above grounds are cured, payment shall be made for amounts withheld because of them.
      4. Public funds may be used to pay only for goods delivered or services rendered. The City of Newark shall not pay penalties and/or interest on overdue bills unless otherwise required by law. No employee is authorized to sign a letter of credit or any other document that represents a legal commitment on the part of the City to pay additional fees.
      5. Withholding Services. By entering into this contractual agreement with the City, the vendor specifically gives up its right to “Self Help” by withholding services from the City under this contract because of overdue payments or disputes on other agreements or contracts the vendor holds with the City. Failure to comply with this clause shall be construed as a “Default” under the terms and conditions of this contract.
    • Time for Receiving Bids

      Sealed bids shall be submitted electronically through the City's OpenGov Procurement portal before 11:00 am on Wednesday, April 1, 2026. Bids received prior to the time of opening will be securely kept, unopened.

    • Equal Employment Opportunity

      Contractor will comply with all applicable federal Equal Employment Opportunity standards and orders under 41 CFR Part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity and Department of Labor and Executive Order 11246, as amended by Executive Order 11375.

    • Contract Work Hours and Safety Standards Act

      Contractor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by U.S. Department of Labor regulations (29 CFR part 5).

    • Evaluation of Bids/Award of Contract
      1. The contract will be awarded to that responsible bidder whose bid conforms to all the terms, conditions, and requirements of the IFB and is the lowest total estimated amount.
      2. The sponsor reserves the right to reject non-conforming bids and to waive informalities and minor irregularities in bids received.
      3. The sponsor reserves the right to reject the bid of a bidder who previously failed to perform properly, or complete on time, contracts of a similar nature, or the bid of a bidder who investigation shows is not able to perform the contract.
    • Environmental Protection/Energy Conservation

      Contractor shall comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387), as amended-Contracts and subgrants of amount in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Act as amended (33 U.S.C 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).

    • Final Contract

      The final contract shall consist of the terms and conditions in this IFB, along with Attachments, as well as all documents included in the IFB, and the bid submitted by the awarded Bidder.

    • Byrd Anti-Lobbying Amendment

      If the amount of this contract exceeds $100,000, Contractor confirms that it has filed the required certification under 31 U.S.C. 1352, that it has not and will not use federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 U.S.C. 1352.

    • Truth in Contracting
      1. Bidder should be aware of the following statutes that represent “Truth in Contracting” laws:
        1. N.J.S.A. 2C:21-34 governs false claims and representations by bidders. It is a serious crime for the bidder to knowingly submit a false claim and/or knowingly make material misrepresentation.
        2. N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offer benefits to public servants who solicit, accept or agree to accept any benefit, to influence the performance of an official duty or to commit a violation of an official duty.
        3. N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.
        4. Bidder should consult the statutes or legal counsel for further information.
    • Proof of Business Registration

      Pursuant to N.J.S.A. 52:32-44, the City of East Orange is prohibited from entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.

      Prior to contract award or authorization, the contractor shall provide the City of East Orange with its proof of business registration and that of any named subcontractor(s). Subcontractors named in a bid or other proposal shall provide proof of business registration to the bidder, who in turn, shall provide it to the City of East Orange prior to the time a contract, purchase order or other contracting document is awarded or authorized.

      During the course of contract performance:

      1. The contractor shall not enter into a contract with a subcontractor unless the subcontractor first provides the contractor with a valid proof of business registration.
      2. The contractor shall maintain and submit to the City of East Orange a list of subcontractors and their addresses that may be updated from time to time.
      3. The contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in the Department of the Treasury, the use tax due pursuant to the Sales and Use Tax Act (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into the State. Any questions in this regard can be directed to the Division of Taxation at (609) 292-6400. Form NJ-REG can be filed online at: www.state.nj.usreasury/revenue/busregcert.shtml.

        Before final payment is made under the contract, the contractor shall submit to the City of East Orange a complete and accurate list of all subcontractors used and their addresses.

      Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of the business registration as required or provides false business registration information shall be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000.00, for each proof of business registration not properly provided under a contract with a contracting agency.

      Emergency Purchases or Contracts
      For purchases of an emergent nature, the contractor shall provide its Business Registration Certificate within fourteen (14) days from the date of purchase or execution of the contract or prior to payment for goods or services, whichever is earlier.

    • Disclosure of Investment Activities in Iran

      Certification of Non-Involvement in Prohibited Activities in Iran. Pursuant to N.J.S.A. 52:32-58, the proposer must certify that neither the proposer, nor one of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32-56(e)(3)), is listed on the Department of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32-56(f). If the proposer is unable to so certify, the proposer shall provide a detailed and precise description of such activities. Prior to contract award or authorization, the contractor shall provide the Contracting Agency with a completed Certification on Non-Involvement in Prohibited Activities in Iran.

      Pursuant to N.J.S.A. 40A:11-2.1 the City of East Orange’s Contracting Agency (in this instance, City of East Orange) is required to notify the New Jersey Attorney General if it determines a false certification has been submitted.

    • Interpretation
      1. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the City of East Orange. The bidder accepts the obligation to become familiar with these specifications.
      2. Bidders are expected to examine the specifications and related bid documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in writing through the Question/Answer Tab via the City's e-Procurement portal, on or before, Question & Answer Submission Date by Question & Answer Submission Time. Any prospective bidder who wishes to challenge a bid specification shall file such challenges in writing with the contracting agent no less than three (3) business days prior to the opening of the bids. Challenges filed after that time shall be considered void and have no impact on the City or the award of a contract pursuant to N.J.S.A. 40A:11-13. In the event the bidder fails to notify the City of East Orange of such ambiguities, errors or omissions, the bidder shall be bound by the requirements of the specifications and the bidder’s submitted bid.
      3. No oral interpretation and/or clarification of the meaning of the specifications for any goods and services will be made to any bidder. All interpretations, clarifications any supplemental instructions will be in the form of written addenda to the specifications and will be distributed to all prospective bidders on record as following this ITB.
    • Addenda

      All interpretations, clarifications and any supplemental instructions will be in the form of written addenda to the specifications and will be distributed to all prospective bidders. All addenda so issued shall become part of the specifications and bid documents. Any addenda shall be posted on the City's e-Procurement Portal. Addenda notifications will be emailed to all persons on record as following this ITB. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid as submitted. The City of East Orange’s interpretations and corrections thereof shall be final.

      Notices of revisions or addenda will be in accord with N.J.S.A. 5:34-5.3(e).

      The City shall not be responsible to notify prospective bidders who have received bid packages from unauthorized third parties.

    • Certification of Non-Involvement in Prohibited Activities in Russia or Belarus

      Pursuant to N.J.S.A. 52:32-60.1, the “person or entity” (as defined in N.J.S.A. 52:32-60.1, et seq) seeking to enter into or renew a contract for the provision of goods or services or the purchase of bonds or other obligations shall certify that it is not “engaging in prohibited activities in Russia or Belarus” (as such term is defined in as defined in N.J.S.A. 52:32-60.1, et seq. If the person or entity is unable to certify, the person or entity shall provide a detailed and precise description of such activities. The N.J.S.A. 52:32-60.1 certification form must be completed prior to contract award.

      Vendors may view the Precluded Entities List Here:
      https://www.nj.govreasury/administration/pdf/RussiaBelarusEntityList.pdf

    • Discrepancies in Bids

      If the amount shown in words and its equivalent in figures do not agree, the written words shall be binding. Ditto marks are not considered writing or printing or accepted and shall be non-responsive.

      In the event that there is a discrepancy between the unit prices and the totals, the unit prices shall prevail. In the event there is an error of the summation of the totals, the computation by the Division of Central Purchasing of the extended totals shall govern.

    • Mandatory Affirmative Action Certification

      No firm may be issued a contract unless it complies with the affirmative action provisions of N.J.S.A. 10:5- 31 et seq. and N.J.A.C. 17:27-1 et seq. and submit to the State of New Jersey and/or the City of East Orange such documentation as shall be required by law, subject to the mandatory language of Exhibit A (Goods, Professional Services and General Service Contracts) or Exhibit B (Construction Contracts).

    • New Jersey Anti-Discrimination

      The contract for this bid shall require that the contractor agrees not to discriminate in employment and agrees to abide by all anti-discrimination laws including but not limited to N.J.S.A. 10:2-1 as included in Attachment B of this document.

    • Americans with Disabilities Act of 1990

      Discrimination on the basis of disability in contracting for the purchase of goods and services is prohibited. If awarded the contract, the contractor is required to comply with the requirements related to the Americans with Disabilities Act as provided in this specification as Attachment C. The contractor is obligated to comply with the Act and to hold the City of East Orange harmless for any violations committed under the contract.

    • Non-Collusion Affidavit

      Every bidder submitting a bid shall include an affidavit that no collusion exists between the bidder and any other potential or actual bidder for that same contract, or any officer or employee of the contracting unit pursuant to N.J.S.A. 52:34-15. The affidavit shall be properly executed, notarized and submitted with the bid proposal.

    • Statement of Ownership Disclosure

      N.J.S.A. 52:25-24.2 provides that no business organization, regardless of form of ownership shall be awarded any contract for the performance of any work or the furnishing of any goods and services, unless, prior to the receipt of the bid or accompanying the bid of said business organization, bidders shall submit a statement setting forth the names and addresses of all persons and entities that own ten percent or more of its stock or interest of any type at all levels of ownership. The disclosure shall be continued until names and addresses of every non-corporate stockholder, individual partner, and member exceeding the ten percent ownership has been listed. The included Statement of Ownership Disclosure form shall be completed and attached to the bid proposal. This requirement applies to all forms of business organization, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships, sole proprietorship, and Subchapter S corporations. Failure to submit a completed disclosure document shall result in rejection of the bid as it cannot be remedied after bids have been opened. Not-for-profit entities should fill in their name, check the not-for-profit box, and certify the form. No other information is necessary.

    Submission Requirements

    • Bidder's Point of Contact Information
    • Contact Name (required)

      Please provide the full name (First and Last) of the Bidder's designated point of contact.

    • Contact Address (required)

      Please provide the full physical office/mailing address of the Bidder's designated point of contact.

    • Contact Phone (required)

      Please provide the phone number (include area code) of the Bidder's designated point of contact.

    • Contact Email (required)

      Please provide the email address of the Bidder's designated point of contact.

    • Bid Docs
    • Bid Upload (required)

      Please upload your required bid information here. Forms will be uploaded below.

    • Bid/Proposal Signature Page (required)

      Please download the below document, complete, and upload as part of your bid.

    • Bid/Proposal Cost and Signature Page (required)

      Please download the below document, complete, and upload as part of your bid.

    • Forms and Acknowledgements
    • Bid Bond/Guarantee with Consent of Surety (required)

      Please download the below document, complete, and upload as part of your bid.

    • Business Entity Disclosure Certification (required)

      Please download the below document, complete, and upload as part of your bid.

    • Non-Collusion Affidavit (required)

      Please download the below document, complete, and upload as part of your bid.

    • Owner Disclosure Certification (required)

      Please download the below document, complete, and upload as part of your bid.

    • Insurance Requirement Acknowledgement (required)

      Certificate(s) of Insurance shall be filed with the City’s Clerk’s Office upon award of contract by the Municipal Council.

      The minimum amount of insurance to be carried by the selected Professional Service Entity shall be as follows:

      Professional Liability Insurance
      Limits shall be a minimum of $1,000,000.00 for each claim and $1,000,000.00 aggregate each policy period.

      *VENDOR / FIRM SHALL NOT COMMENCE OPERATIONS UNTIL CITY HAS BEEN FURNISHED ORIGINAL CERTIFICATE(S) OF INSURANCE AND CERTIFIED ORIGINAL COPIES OF ENDORSEMENTS OR POLICIES OF INSURANCE IN THE AMOUNTS AND/OR MINIMUM COVERAGE(S) REQUIRED IN THIS PROPOSAL.

    • EEO/Affirmative Action Compliance Notice (required)

      Please download the below document, complete, and upload as part of your bid.

    • Mandatory Equal Employment Opportunity Language Acknowledgement (required)

       

      MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
      N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
      N.J.A.C. 17:27
      GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

      During the performance of this contract, the contractor agrees as follows:

      The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality, or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.  Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.  The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

      The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

      The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

      The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

      The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:27 5.2.

      The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.

      The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions.

      In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.

      The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

      • Letter of Federal Affirmative Action Plan Approval
      • Certificate of Employee Information Report
      • Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division’s website at www.state.nj.us/treasury/contract_compliance)

      The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

    • Americans With Disabilities Act of 1990 Acknowledgement (required)

       

      AMERICANS WITH DISABILITIES ACT OF 1990
      Equal Opportunity for Individuals with Disability

      The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense.

      The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the owner or its representatives. It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this paragraph.

      It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor, its agents, servants, employees, and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law.

    • Certificate of Employee Information (required)

      Please download the below document and upload applicable required information here as part of your bid.

    • Business Registration Certificate Information (required)

      Please download the below document and upload applicable required information here as part of your bid.

    • Professional Service Entity Information Form (required)

      Please download the below document, complete, and upload as part of your bid.

    • Submission Form (required)

      Please download the below document, complete, and upload as part of your bid.

    • Disclosure of Investment Activities in Iran (required)

      Please download the below document, complete, and upload as part of your bid.

    • Disclosure of Non-Involvement in Prohibited Activities in Russia or Belarus (required)

      Please download the below document, complete, and upload as part of your bid.

    • Statement of Indebtedness (required)

      Please download the below document, complete, and upload as part of your bid.

    • Agreement for Payment of Commodity (required)

      Please download the below document, complete, and upload as part of your bid.

    • Supplemental Information and Confirmation
    • Additional Information (if needed)

      For any additional information requested or required by any of your previously provided answers or as stated within this RFP please upload the additional documentation here.

    • Submittal Confirmation (required)

      Bidder hereby certifies that all information provided within this submittal is accurate to the best of their knowledge and acknowledges that they have provided proof of their authority to submit a bid on behalf of the stated Company Name committing them to the information contained within said submittal.

    • Bid Bond? (required)

      Does this Invitation to Bid require a bid bond to be submitted by Bidders?

    • Additional Pricing/Cost Upload (required)

      Will pricing or fees, or some portion of pricing be uploaded as a form in addition to using the electronic pricing table?

    • Employment of Mechanics or Laborers? (required)

      Will this ITB result in a contract for more than $2,500 that involves employment of mechanics or laborers?

    • Contract Over $100,000? (required)

      Will this ITB result in a contract of over $100,000?

    Questions & Answers

    Q (SPECS - ): UPON REVIEWING SPECS THERE ARE TWO THAT ARE ATTACHED. ONE SPECIFING 90 DAYS OF COMPLETION AND THE OTHER 270 DAYS TO COMPLETION. PLEASE ADVISE WHICH ONE SHOULD BE USED FOR THE BID?

    A: 90 Days of Completion


    Q (No subject): Hello. Any night or Sunday work in this Project? Thank You

    A: No. The Construction time is between 7 am to 6 pm. If the Contractor needs more time to complete the milling and paving, please get approval first.


    Key dates

    1. March 12, 2026Published
    2. April 1, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.