OPIOID PROGRAM CONSULTANT – PREVENTION AND TRAINING SERVICES FOR THE UNION CITY BOARDS
Posted: 01/08/2026 - 08:40 AM Due By: 01/28/2026 - 10:00 AMTHE CITY OF UNION CITY
REQUEST FOR PROPOSALS FOR OPIOID PROGRAM CONSULTANT –
PREVENTION AND TRAINING SERVICES FOR THE UNION CITY BOARDS
FROM JANUARY 1, 2026 THROUGH DECEMBER 31, 2026
Introduction
The City of Union City is requesting qualifications and proposals in response to this Request for Proposals (“RFP”) from individuals who wish to provide Opioid Program Consultant- Prevention and Training Services as directed by the Board of Commissioners or other appropriate official within the City for a contract period from January 1, 2026 through December 31, 2026. The City reserves the right to extend the contract for up to four (4) additional (1) year periods at the discretion of the City upon the same terms and conditions, and in accordance with applicable law. The City seeks Proposals in accordance with the Competitive Contract Procedures (N.J.S.A. 40A:11-4.1 et seq.).
Required Services:
The successful proposer will engage in/be responsible for, but not be limited to, the following activities:
1. The Program Consultant shall be responsible for delivering a comprehensive set of services aimed at preventing opioid misuse, reducing harm, facilitating treatment referrals, and supporting recovery efforts within Union City. These services must be evidence-informed and community-focused, addressing the needs of youths, families, and other vulnerable populations.
2. The Program Consultant will be responsible for delivering a comprehensive set of services aimed at preventing opioid misuse, reducing harm, facilitating treatment referrals, and supporting recovery efforts within Union City. These services must be evidence-informed and community-focused, addressing the needs of youths, families, and other vulnerable populations.
3. The Program Consultant will lead harm reduction efforts that focus on increasing access to naloxone, fentanyl test strips, and xylazine test strips, along with training for overdose response. The provider will educate the public on Good Samaritan laws and emergency response procedures, and promote access to testing and treatment for infectious diseases such as HIV and Hepatitis C. Training in harm reduction strategies will also be provided to healthcare professionals, peer recovery coaches, and outreach workers.
4. The Program Consultant will establish school-based contacts for parents seeking help for their children, and engaging community organizations to support individuals in treatment and recovery. The provider will offer resources and guidance for family members of those affected by opioid use disorder, and collaborate with faith-based and nonprofit groups to strengthen recovery networks.
5. Mental health support will be integrated into programming, with initiatives designed to build emotional resilience and expand access to school-based mental health services. These efforts aim to address underlying risk factors that contribute to substance misuse.
6. The Program Consultant will also lead stigma reduction campaigns, educate healthcare providers on responsible opioid prescribing practices, and offer training on CDC guidelines for prescribing opioids. Law enforcement and first responders will receive education on safe handling of fentanyl and other substances.
7. The Program Consultant will support community engagement and capacity building through regional planning, strategy development, and data reporting. This includes producing reports on opioid funding, tracking health indicators, and offering technical assistance to government and nonprofit entities to enhance their response to the opioid crisis.
The successful proposer will provide monthly status report to the City that details the services performed during the month. The successful proposer will include in its report all information required by the City in connection with the services, and shall, at no additional cost or fee, revise any report to include any additional information requested by the City. Such report shall be provided no later than the first of the month for the services provided the previous month. By way of example, the report for services rendered in September shall be due no later than October 1, and so forth. Any revised report shall be provided within five (5) days of the City’s request.
Proposers should set forth in their proposals how the above services are to be accomplished and how the fees for those services will be paid. This includes identification of those fees which will be the direct responsibility of the City, as well as any materials and/or equipment which the City will be responsible for providing (if any). Proposers should also set forth what facilities they have available to provide the services.
Additional Requirements:
Each candidate shall submit proof of business registration with the New Jersey Division of Taxation (P.L. 2004, C.57) within the time permitted by law. The registration must be effective as of the time and date for the submission of proposals.
The successful candidate shall be required to comply with the following insurance
requirements:
a. The Contractor shall be required to carry full insurance including comprehensive general liability; workman’s compensation insurance; which shall cover all operations of the Contractor, its employees, agents and servants hereunder, and; motor vehicle and equipment used by the Contractor in connection with the Contractor’s operations under the Contract; Contractor shall provide professional liability (errors&omissions) insurance for claims arising from any negligent performance of contractors’ services pursuant to the agreement in the amount of $1,000,000 per claim. Said insurance, by endorsement, shall fully protect the City of Union City from liability.
b. Certificates naming the City of Union City as an additional named insured, and evidencing such insurance coverage, shall be filed with the City Clerk prior to the commencement of operations hereunder by the Contractor.
The following Certificates of Insurance must be furnished:
I. Worker’s Compensation;
Part Two – Statutory
II. Comprehensive General Liability:
A. Minimum limits: $1,000,000.00;
Combined Single Limit Coverage to include:
Premise / Operations; Independent Contractors;
Product / Completed Operations;
Contractual; Personal Injury;
Broad Form Property Damage;
City of Union City as additional insured.
B: Comprehensive General Liability must be maintained for at least one year after completion of the contract and its acceptance by the City of Union City.
III. If applicable, Professional Liability insurance in the amount of not less than $1,000,000.
The certificate of insurance shall designate the City of Union City as an additional insured and shall contain a thirty (30) day notice of cancellation whereby the City Clerk will be provided with a written notification of cancellation. Said insurance must be paid for a minimum of six (6) months into the contract period at the time of the contract.
It is understood and agreed that the Contractor is an independent Contractor and not an employee of the City of Union City.
The Contractor agrees to indemnify and hold harmless the City of Union City, the Board of Commissioners of the City of Union City, and all of its officers, agents and employees of and from any and all liability for damages for injury to person and property, including death and against and from all suits and actions and all costs, damages and change of whatsoever kind of nature, including attorneys’ fees to which the City of Union City maybe put for or on account of any injury or alleged injury to person, including death, or property, resulting from the performance of the Contractor’s operations under this Contract, or by or in consequence of any neglect or omission on the part of the Contractor in the performance of operations under the Contract, whether such operations, or in the absence thereof, be by the Contractor or anyone directly or indirectly employed by or providing services on behalf of the Contractor.
The Contractor shall hold the City of Union City harmless for damages to the Contractor’s Equipment utilized during the term of this Contract.
The successful Contractor shall be required to execute the form of hold harmless agreement attached hereto. Programs of self-insurance are not acceptable
Professional Information and Qualifications
Copies of this standardized submission requirements and selection criteria are on file and available from the Office of the City Clerk. Each interested candidate shall submit the following information within the time permitted by law:
1. Name of firm, business organization, shareholders and directors with more than a ten per cent interest in the organization;
2. Any licenses, authorizations, and/or certifications held by the Proposer or employees of the Proposer (provide copies of all documents);
3. Address of principal place of business and all other offices and corresponding telephone and fax numbers for all individuals assigned to perform the services;
4. Description of the Proposer’s qualifications, number of years in business and a description of their experience with services similar to those described above. This includes a similar description for all key personnel. Demonstrate ability to comply with requirements in “Required Services” section of this RFP;
5. Experience in providing similar services for municipalities, including a description of the services you propose to provide to the City to successfully implement the services;
6. At least three (3) references, two (2) of which must have knowledge of your service to public entities;
7. The organization’s ability to provide the services in a timely fashion (including staffing, familiarity and location of key staff);
8. Detailed cost proposal. Provide cost details, including rates and fees, broken down into specific services to be provided (if applicable), a flat fee or fee schedule, the names of each of the individuals who will perform the services and all expenses and costs for which the City will be responsible. Also advise as to what facilities, materials and equipment the City will be responsible for providing (if any);
9. Any other information which the interested organization deems relevant;
10. Statement concerning Ethics Complaint (copy attached);
11. Statement of Ownership Disclosure (c.52:25-24.2) (copy attached);
12. Non-Collusion Affidavit (copy attached);
13. Proof of business registration with the New Jersey Division of Taxation (P.L. 2004 c. 57) (prior to award of contract);
14. If required by the City, criminal background check for all persons who will be assigned to provide services under this contract shall be provided to the City after the contract is awarded and the contract is contingent upon receipt by the City of satisfactory background checks;
15. Disclosure of Investment Activities in Iran form (prior to award of contract. Form attached); and
16. Certification of Non-Involvement in Prohibited Activities in Russia or Belarus form (prior to the award of contract. Form attached).
Evaluation of Proposals/Selection Criteria:
It should be understood by each company submitting a proposal that the City must select a proposal that not only meets and conforms to the scope of work included in the RFP, but also offers clear and reasonable assurances of successfully meeting the City’s needs. The criteria that will be considered in evaluating proposals are the criteria detailed in the table below. They are weighted based on importance to the City. The points awarded range from 0 to 5, with 5 being the highest score and 0 the lowest score. After the points are awarded by the evaluator, the weighting factor will be applied and a total score will be calculated, which will then be recommended to the Board of Commissioners for the award of the contract. Each area of the evaluation should be addressed in detail in the company’s proposal. The criteria are as follows:
| Criteria | Weighting Factor |
Points 1-5 (5 is the highest) |
| TECHNICAL CRITERIA Vendor’s proposal demonstrates a clear understanding of the scope of work and related objectives |
10% | 1-5 |
| MANAGEMENT CRITERIA History and experience in performing similar work. Availability of personnel, facilities, and equipment. Qualification and experience of personnel. Significant experience representing Government entities of similar budget. |
25% | 1-5 |
| PAST EXPERIENCE & PERFORMANCE References, including Prior Experience in the City of Union City, or similar entity |
40% | 1-5 |
| COST CRITERIA | 25% | 1-5 |
A contract, if awarded, shall be awarded as permitted by N.J.S.A. 40A:11-4.5 The City reserves the right to waive any informalities in, and/or reject any and all proposals as may be permitted by law. Under no circumstances shall the provisions of a proposal be subject to negotiation by the City.
Submission Requirements
Sealed RFPs will be publicly opened by the City Clerk in Union City Hall, 3715 Palisade Avenue, Union City, at 10:00 am on January 28, 2026. Proposals must be received no later than 10:00 am on January 28, 2026 by:
Hilda Rosario
City Clerk
City of Union City
3715 Palisade Avenue
Union City, New Jersey 07086
Please submit one original and two (2) copies of the RFP. Use white 8 ½” x 11” paper