36
1 Request for Proposal For Atlantic City Shuttle Service Bid # 20171221 Event Date Time RFP Question Cut Off Date (Refer to RFP Section 1.4.1 for more information.) 1/16/2018 9:00 AM Mandatory Pre-bid Conference 1/10/2018 3:00 PM Site Visit N/A N/A Bid Proposal Submission Due Date (Refer to RFP Section 1.4.2 for more information.) 1/29/2018 2:00 PM Dates are subject to change. All times contained in the RFP refer to Eastern Time. All changes will be reflected in Addenda to the RFP posted on the SASI website. RFP Issued By: Stockton Affiliated Services, Inc. 101 Vera King Farris Drive Galloway, NJ 08205 Date Issued: 12/21/2017

STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

1

Request for Proposal For

Atlantic City Shuttle Service

Bid # 20171221

Event Date Time RFP Question Cut Off Date (Refer to RFP Section 1.4.1 for more information.) 1/16/2018 9:00 AM

Mandatory Pre-bid Conference 1/10/2018 3:00 PM

Site Visit N/A N/A

Bid Proposal Submission Due Date (Refer to RFP Section 1.4.2 for more information.) 1/29/2018 2:00 PM

Dates are subject to change. All times contained in the RFP refer to Eastern Time. All changes will be reflected in Addenda to the RFP posted on the SASI website.

RFP Issued By: Stockton Affiliated Services, Inc. 101 Vera King Farris Drive Galloway, NJ 08205 Date Issued: 12/21/2017

Page 2: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

STOCKTON AFFILIATED SERVICES INC. TERMS AND CONDITIONS

The following tenns and conditions apply to all rontract or purchase agreements made with Stockton Affiliated Services, Inc. (SASI) unless specifically deleted on the SASI proposal form. Vendors submitting offers to SASI must cross out any paragraph they do not agree to meet Any cross out or change to the SASI terms and conditions will be a factor in the determination of an award of a contract or purchase agreement. Bidders are notified by this statement that all terms and conditions will be<X>me part of any contract(s) or orde~s) awarded as a request for proposal whether stated in part, in summary or by reference. In the event a vendor's terms and ronditions conflict with the SASI, the SAS! terms and conditions shall prevail.

1. MANDATORY COMPLIANCE BY ALL VENDORS 1.1 ANTI-DISCRIMINATION - All parties to any rontract with SASI agree not to discriminate In employment and agree to abide by all antk!iscrimination laws induding those contained within N.J.S.A.10:2-1 through 10:2-4 N.J.S.A.10:5-31 through 10:5-38, and all rules and regulations issued thereunder. 1.2 PREVAILING WAGE ACT - The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract entered into on behalf of the SASI, except those contracts which are not within the contemplation of the Act. The bidder's signature on this proposal is his guarantee that neither he nor any subcontractors he might employ to perform the worlc rovered by this proposal are listed or are on record in the Office of the Commissioner of the Department of Labor and Industry as one who has failed to pay prevailing wages in accordance with the provisions of the Act 1.3 THE WORKER AND COMMUNITY RIGHTTO KNOW ACT - (P .L. 1983, C. 315: N.J.S.A. 34:5A-1 et seq.) required employers to label all containers of hazardous substances by March 1, 1985. By August 29, 1986, employers were to label all containers on SASI premises. Under the terms of the Act, the SASI is considered an employer, therefore, all goods offered for purchase to the SASI must be labeled in compliance with the provisions of the Act. 1.4 COMPLIANCE- ST A TE LAWS - It is agreed and understood that any rontracts and/or orders placed as a result of this proposal shall be governed and construed and the rights and obligations of the parties hereto shall be determined in accordance with the laws of the STA TE OF NEW JERSEY. 1.5 COMPLIANCE- LAWS - The vendor must comply with all local, state, and federal laws, rules and regulations applicable to this contract and to the worlc to be done hereunder. 2. LIABILITIES 2.1 LIABILITY-COPYRIGHT - The Contractor shall hold and save the SASI, its officers, agents, servants and employees harmless from liability of any nature or kind for or on account of the use of any a,pyrighted or uncopyrighted composition, secret process, patented or unpatented invention, artide or appliance furnished or used in the performance of this contract. 2.2 INDEMNIFICATION - The Contractor shall assume all risk of and responsibility for, and agrees to Indemnity, defend, and save harmless the SASI and its employees from and against any and all daims, demands, suits, actions, recoveries, judgmen~ and rosts and expenses in connection therewith on account of the loss of life, property or injury or damage to the person, body or property of any person or persons whatsoever, which shall arise from or result directly or indirectly from the worlc and/or materials supplied under this rontract. This indemnification obligation is not limited by, but is in addition to the insurance obligations rontained in this agreement. 2.3 INSURANCE - The successful bidder shall secure and maintain in force for the term of the contract liability insurance is provided herein. The successful bidder shall provide the SASI with current certificates of insurance for all coverages and renewals thereof which must rontain the provision that the insurance provided in the certificate shall not be cancelled for any reason except after thirty days written notice to the SASI Purchasing Office. The insurance to be provided by the successful bidder shall be as follows: 1. Comprehensive General Liability policy as broad as the standard coverage form currently in use in the State of New Jersey, which shall not be circumscribed by any endorsements limiting the breadth of coverage. The policy shall indude an endorsement (broad form) for rontractual liability and products liability (rompleted operations). Limits of liability shall not be less than $1,000,000.00 per occurrence for bodily injury liability and $1,000,000.00 per occurrence for property damage liability, but must be aggregated at $3,000,000.00 or better. Policy shall be written to state that daims shall be covered as of the date of occurrence rather than the date of daim. An acceptable alternative is a daims made policy having a retroactive date the same as the last date of the last occurrence policy, and having an unlimited extended reporting period. The insurance carrier shall currently have an A+ rating or better with Standard & Poor and with Moody. 2. Comprehensive General Automobile Liability policy covering owned, non-owned, and hired vehides with minimum limits of $1,000,000.00 combined single limits. 3. Worlcer's Compensation insurance applicable to laws of he State of New Jersey and Employer's Liability insurance with a limit of not less that $1 ,000,000.00. Upon request, the

vendor will provide certificates of such insurance to the SASI Purchasing Office prior to the start of the Contract and periodically during the course of a multi-year contract. 3. TERMS GOVERNING ALL PROPOSALS 3.1 PERFORMANCE GUARANTEE - The vendor hereby certifies; that The equipment offered is standard new equipment and is the manufacturer's latest model in production, with parts regularty used for the type of equipment offered, that such parts are all in production and not likely to be discontinued; also, that no attachment or part has been substituted or applied contrary to manufacturer's recommendations and standard practice. All equipment supplied to the SASI and operated by electrical cunrent is UL approved. All new machines are to be guaranteed for a period of one year from time of delivery and/or installation and prompt service rendered without charge regardless of geographic location. Sufficient quantities of parts necessary for proper service to equipment will be maintained at distribution points and service headquarters. Trained mechanics are regularty employed to make necessary repairs to equipment in the territory from which the service request might emanate within a 48-hour period or within the time accepted as industry practice. The vendor shall immediately replace any material which is rejected for failure to meet the requirements of the SAS!. All services rendered to the SASI shall be performed in strict and full accordance with the specifications as agreed to in the contract. A service <X>ntract shall not be considered complete until final approval by the SASI is rendered. Payment to vendors for services rendered may not be made until final SASI approval is given. 3.2 DELIVERY GUARANTEES - Deliveries shall be made at such time and in such quantities as ordered in strict accordance with conditions contained in proposal. The vendor shall be responsible for the delivery of material in first class condition to the SASI or the purchaser under this contract, and in accordance with good rommercial practice. 3.3 MAINTENANCE OF RECORDS - The vendor shall maintain records for products and/or services delivered against the rontract for a period of three (3) years from the date of final payment Such records shall be made available to the SASI upon request 4, TERMS RELATING TO PRICE QUOTATION 4.1 PRICE FLUCTUATIONS DURING CONTRACT - All prices quoted shall be firm and not subject to increase during the period of the contract In the event of a manufacturer's price decrease during the rontract period, the SASI shall receive the full benefit of such price reduction of any undelivered purchase order and on any subsequent order placed during the contract period. The SASI must be notified in writing of any price reduction within five (5) days of the effective date. 4.2 DELIVERY COSTS - Unless noted otherwise in the specifications, all prices for items in bid proposals are to be submitted F.O.B. Destination. Proposals submitted other than F.O.B. Destination may not be considered. Regardless of the method of quoting shipments, the vendors shall assume all liability and responsibility for the delivery of merchandise in good condition to the SASI or designated purchaser. F.0.8. Destination does not rover 'spotting' but does indude delivery on the receiving platforms of SASI unless otherwise specified. No additional charges will he allowed for any transportation rosts resulting from partial shipments made at vendors convenience when a single shipment is ordered. The weights and measures of SASI receiving the shipment shall govern. 4.3 TAX CHARGES- SASI is exempt from NJ Sales, Use Tax and Local Taxes under N.J.SA. 54:32B-9(A). As a non-profit institution the SASI is exempt from Federal Excise Tax. These taxes must not be lnduded in vendor quotations or invoices. 4.4 PAYMENT TO VENDORS - Payment will be processed after the following information has been supplied and receipt of goods or services verified: After delivery of goods or services, vendor must submit a property executed and/or signed invoice/billing to the SASI Accounts Payable Department All billings must show the SASI Purchase Order Number being referenced. The BIL express receipt and/or packing slip and related papers must be sent to the ronsignee with the merchandise. 5. CASH DISCOUNT A discount period will commence on the date the properly executed and/or signed Vendor's billing/invoice is received by SASI for goods or services that have been duly accepted by SASI in accordance with the terms, ronditions, and specifications of the Contract/Purchase Order.

Page 3: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

2

TABLE OF CONTENTS

1.0 INFORMATION FOR BIDDERS ................................................................................................ 4

1.1 PURPOSE AND INTENT ........................................................................................................................................... 4 1.2 BACKGROUND........................................................................................................................................................... 4 1.3 PROPOSAL INFORMATION .................................................................................................................................... 4 1.4 KEY EVENTS .............................................................................................................................................................. 5

QUESTION AND ANSWER PERIOD ............................................................................................................... 5 SUBMISSION OF BID PROPOSAL .................................................................................................................. 5 MANDATORY PRE-BID CONFERENCE ........................................................................................................ 5

1.5 ADDITIONAL INFORMATION .................................................................................................................................. 6 ADDENDA: REVISIONS TO THIS RFP ........................................................................................................... 6 BIDDER RESPONSIBILITY ............................................................................................................................... 6 COST LIABILITY .................................................................................................................................................. 6 CONTENTS OF BID PROPOSAL ..................................................................................................................... 6 PRICE ALTERATION .......................................................................................................................................... 6 BID ERRORS ....................................................................................................................................................... 6

2.0 DEFINITIONS ............................................................................................................................... 8

2.1 GENERAL DEFINITIONS .......................................................................................................................................... 8 2.2 CONTRACT SPECIFIC DEFINITIONS ................................................................................................................... 8

3.0 SCOPE OF WORK .................................................................................................................... 10

3.1 GENERAL REQUIREMENTS ................................................................................................................................. 10 3.2 DRIVER REQUIREMENTS ..................................................................................................................................... 11 3.3 OPERATIONAL REQUIREMENTS ........................................................................................................................ 12 3.4 SHUTTLE SERVICE REQUIREMENTS ............................................................................................................... 13

SHUTTLE SERVICE SCHEDULE: OPTION 1 .............................................................................................. 14 SHUTTLE SERVICE SCHEDULE: OPTION 2 .............................................................................................. 14 SHUTTLE SERVICE SCHEDULE: OPTION 3 .............................................................................................. 15 SHUTTLE SERVICE SCHEDULE: OPTION 4 .............................................................................................. 15

4.0 BID PROPOSAL PREPARATION AND SUBMISSION ...................................................... 16

4.1 GENERAL .................................................................................................................................................................. 16 4.2 BID PROPOSAL DELIVERY AND IDENTIFICATION ......................................................................................... 16 4.3 NUMBER OF BID PROPOSAL COPIES .............................................................................................................. 16 4.4 BID PROPOSAL CONTENT ................................................................................................................................... 16

FORMS THAT SHOULD BE SUBMITTED WITH THE BID PROPOSAL ................................................. 16 PRICE SHEET ................................................................................................................................................... 17 SUBMITTALS ..................................................................................................................................................... 17

5.0 SPECIAL CONTRACUAL TERMS AND CONDITIONS ..................................................... 18

5.1 PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS ................................................ 18 5.2 CONTRACT TERM ................................................................................................................................................... 18 5.3 CONTRACT AMENDMENT .................................................................................................................................... 18 5.4 INSURANCE CERTIFICATES ................................................................................................................................ 18 5.5 INDEMNIFICATION .................................................................................................................................................. 19 5.6 CONTRACTOR’S WARRANTY .............................................................................................................................. 19 5.7 DEFAULT ................................................................................................................................................................... 19 5.8 TERMINATION .......................................................................................................................................................... 20 5.9 FORCE MAJEURE ................................................................................................................................................... 20 5.10 GOVERNING LAW ................................................................................................................................................... 20 5.11 SUBCONTRATING ................................................................................................................................................... 20 5.12 ADDITIONAL WORK AND/OR SPECIAL PROJECTS ....................................................................................... 20 5.13 COMPLIANCE WITH LAWS AND STANDARDS ................................................................................................ 21

Page 4: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

3

5.14 ASSIGNMENT ........................................................................................................................................................... 21 5.15 STATE OF NEW JERSEY ANTI-DISCRIMINATION REQUIREMENTS ......................................................... 21 5.16 OWNERSHIP OF MATERIALS .............................................................................................................................. 21

6.0 PROPOSAL EVALUATION ..................................................................................................... 22

6.1 EVALUATION CRITERIA ........................................................................................................................................ 22 TECHNICAL EVALUATION CRITERIA.......................................................................................................... 22 PRICE EVALUATION........................................................................................................................................ 22

6.2 ORAL PRESENTATION, CLARIFICATION OF BID PROPOSAL. ................................................................... 22 6.3 PROPOSAL DISCREPANCIES .............................................................................................................................. 22

7.0 CONTRACT AWARD ................................................................................................................ 24

INCLUDED ATTACHMENTS:

• ATTACHMENT A – PRICE SHEET • EXHIBIT A - ACADEMIC CALENDAR • EXHIBIT B - REQUIRED MATERIALS • EXHIBIT C – SASI BID DOCUMENT CHECKLIST

Page 5: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

4

1.0 INFORMATION FOR BIDDERS

1.1 PURPOSE AND INTENT

This Request for Proposal (“RFP”) is issued by Stockton Affiliated Services, Inc. (“SASI”), seeking a qualified Contractor to provide dedicated shuttle transportation services for students, faculty, staff and other members of Stockton University’s (the “University”) community between the University’s Galloway Campus and the University’s Atlantic City Campus. The Contractor must have significant experience in public or academic transportation and demonstrated success in safety and reliability of such service. The intent of this RFP is to award a Contract to the responsible Bidder whose proposal, conforming to this RFP, is most advantageous to SASI, price and other factors considered. SASI reserves the right, in its sole discretion, to award the shuttle service Option that is most advantageous as outlined in RFP Section 3.4 and Attachment A. SASI also reserves the right to separately procure individual requirements that are the subject of the contract during the Contract term, when deemed to be in the SASI’s best interest. SASI Terms and Conditions will apply to the Contract awarded pursuant to the RFP. These terms are in addition to the terms and conditions set forth in this RFP and should be read in conjunction with them unless the RFP specifically indicates otherwise.

1.2 BACKGROUND

Stockton University is a public institution of higher education organized under the laws of the State of New Jersey with a current enrollment of approximately 9,200 students. The University is a distinguished university of arts, sciences and professional studies and is known for exceptional program offerings and an interdisciplinary approach to learning, providing students with a diverse, high-quality education. The University’s main facilities are located on a 1,600-acre campus in Galloway, New Jersey. The University also has instructional sites in Ocean, Atlantic, and Cape May counties, which provide a range of academic offerings, from continuing education to undergraduate and graduate-level coursework. In the Fall of 2018, the University will open its Atlantic City Campus located on Albany Avenue in Atlantic City. The Atlantic City Campus will include a three-floor academic building that can accommodate up to 1,800 students and a residential building overlooking the beach and boardwalk capable of housing over 500 students. SASI is a non-profit auxiliary organization organized under the laws of the State of New Jersey, that provides non-academic services for Stockton University. SASI provides transportation services, dining services, bookstore service and off-campus housing for graduate students. SASI is a self-supporting enterprise established to increase, expand, and improve service levels at Stockton University by providing effective, efficient and innovative business solutions that help the University achieve its teaching, scholarship, and public service missions, while improving operating results and the financial position of the University.

1.3 PROPOSAL INFORMATION

Bidders shall follow the instructions contained in the document in preparing and submitting a proposal in response to this RFP. Failure to abide by the instructions may cause the Bidder’s proposal to be deemed non-responsive to the RFP and may be cause for rejection. The primary medium for communication regarding this RFP shall be via the internet. The Required Forms, Addenda, Questions and Answers can all be accessed on the SASI website at Link to SASI Web Site. It is the responsibility of the Bidder to monitor the website for any changes, additions, clarifications, cancellations etc. as related to this RFP.

Page 6: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

5

Use of the internet has proven to be the most efficient medium for communication with potential Bidders. It is by no means intended by SASI to be exclusionary. If internet access is not available to an interested Bidder, the Bidder must immediately provide SASI written notice of an alternate method of communication such as the firm’s fax number or mailing address (“Alternative Method of Communication”). SASI reserves the right to reject any or all proposals or to award in whole, or in part, if deemed to be most advantageous to SASI, price and other factors considered. Furthermore, SASI reserves the right to waive any other bid requirement in their sole discretion when such waiver is in the best interest of SASI.

1.4 KEY EVENTS

QUESTION AND ANSWER PERIOD

SASI will accept questions and inquiries from all potential Bidders via e-mail at [email protected]. Questions should be directly tied to the RFP and asked in consecutive order, from beginning to end, following the organization of the RFP. Each question should begin by referencing the RFP page number and section number to which it relates. Bidders are not to contact SASI or anyone at the University directly, in person, by telephone or by email, concerning this RFP. The cut-off date for questions and inquiries is by 9:00AM on 1/16/2018.

SUBMISSION OF BID PROPOSAL

In order to be considered, proposals must arrive at SASI’s offices at Stockton University’s main campus in Galloway Township before the date and time specified on the RFP form. The Bidder must allow sufficient time for parking and delivery of your submission. The time for receipt is firm. Bidders mailing proposals should allow for normal mail delivery time and internal circulation within the University to ensure the timely receipt of their proposals by SASI. SASI assumes no responsibility for unmarked, Fed Ex, UPS or any other carrier/mail service. Proposals shall be sealed and indicate the Bid No. 20171221 on the envelope. Sealed proposals are to be submitted to: Stockton Affiliated Services, Inc. Upper N Wing 101 Vera King Farris Drive Galloway, NJ 08205 ANY BID PROPOSAL NOT RECEIVED ON TIME AT THE LOCATION NOTED WILL BE REJECTED.

MANDATORY PRE-BID CONFERENCE

All Bidders are required to attend the Mandatory Pre-Bid Conference that will be held on the date and time indicated on the RFP cover sheet. The location of the Mandatory Pre-Bid Conference will be as follows: N-Wing Conference Room, N-123, Stockton University 101 Vera King Farris Drive Galloway, NJ 08205

Page 7: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

6

A Proposal from any Bidder that was not represented or failed to register properly at the Mandatory Pre-Bid Conference will be rejected. An attendee may represent only one (1) potential bidding entity.

1.5 ADDITIONAL INFORMATION

ADDENDA: REVISIONS TO THIS RFP

In the event that it becomes necessary to revise this RFP, such revision will be by addendum. Any addendum to this RFP will become part of this RFP and part of any contract awarded as a result of this RFP. ADDENDA ISSUED WILL BE POSTED ON SASI WEBSITE. There are no designated dates for release of addenda. Interested Contractors should check the SASI website on a daily basis from time of RFP issuance through bid proposal submission. It is the sole responsibility of the Bidder to be knowledgeable of addenda issued relating to this RFP.

BIDDER RESPONSIBILITY

The Bidder assumes sole responsibility for the complete effort required in submitting a bid proposal in response to this RFP. No special consideration will be given after bid proposals are opened because of a Bidder's failure to be knowledgeable as to all of the requirements of this RFP.

COST LIABILITY

SASI assumes no responsibility and bears no liability for costs incurred by a Bidder in the preparation and submittal of a bid proposal in response to this RFP.

CONTENTS OF BID PROPOSAL

Subsequent to bid opening, all information submitted by a Bidder in the bid proposal is considered public information, except as may be exempted from public disclosure by the Open Public Records Act, N.J.S.A. 47:1A-1 et seq., and the common law. A Bidder may designate specific information in its bid proposal as not subject to disclosure when the Bidder has a good faith legal/factual basis for such assertion. SASI reserves the right to make the determination and will advise the Bidder accordingly. The location in the bid proposal of any such designation should be clearly stated in a cover letter. SASI will not honor any attempt by a Bidder either to designate its entire bid proposal as proprietary and/or to claim copyright protection for its entire proposal.

PRICE ALTERATION

Bid prices must be typed or written in ink. Any price change (including "white-outs") must be initialed. Failure to initial price changes shall preclude a contract award from being made to the Bidder.

BID ERRORS

A Bidder may request that its bid proposal be withdrawn prior to bid opening. Such request must be made, in writing, to SASI. If the request is granted, the Bidder may submit a revised bid proposal as long as the revised bid proposal is received prior to the announced date and time for the opening of bid proposals and at the place specified.

Page 8: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

7

If, after the opening of bid proposals but before contract award, a Bidder discovers an error in its bid proposal, the Bidder may make written request to SASI for authorization to withdraw its bid proposal from consideration for award. Evidence of the Bidder’s good faith in making this request shall be used in making the determination. The factors that will be considered are that the mistake is so significant that to enforce the contract resulting from the bid proposal would be unconscionable; that the mistake relates to a material feature of the contract; that the mistake occurred notwithstanding the Bidder’s exercise of reasonable care; and that SASI will not be significantly prejudiced by granting the withdrawal of the bid proposal. If, during the evaluation of bid proposals received, an obvious pricing error made by a potential contract awardee is found, SASI shall issue written notice to the Bidder. The Bidder will have five days after receipt of the notice to confirm its pricing. If the Bidder fails to respond, its bid proposal shall be considered withdrawn, and no further consideration shall be given it. If it is discovered that there is an arithmetic disparity between the unit price and the total extended price, the unit price shall prevail. If there is any other ambiguity in the pricing other than a disparity between the unit price and extended price and the Bidder’s intention is not readily discernible from other parts of the bid proposal, SASI may seek clarification from the Bidder to ascertain the true intent of the bid proposal.

Page 9: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

8

2.0 DEFINITIONS

2.1 GENERAL DEFINITIONS

The following definitions will be part of the Contract awarded as result of this RFP: Addendum - Written revision to this RFP issued by SASI. Amendment - A change in the scope of work to be performed by the Contractor after Contract award. An amendment is not effective until signed by the President of SASI. Bidder – A Contractor submitting a bid proposal in response to this RFP. Contract – The Contract awarded as a result of this RFP shall consist of addendum to this RFP, this RFP (including SASI’s Standard Contract Terms and Conditions), the Contractor's bid proposal and SASI’s Service Agreement incorporating these documents and signed by the Contractor and SASI. Contractor - The Contractor is the Bidder awarded a Contract. Joint Venture – A business undertaking by two or more entities to share risk and responsibility for a specific project. May - Denotes that which is permissible, but not mandatory. Request for Proposal (RFP) - This document, which establishes the bidding and contract requirements and solicits bid proposals to meet the purchase needs of SASI and the University. Shall or Must - Denotes that which is a mandatory requirement. Should - Denotes that which is recommended, but not mandatory. Subcontractor – An entity having an arrangement with the Contractor, where by the Contractor uses the products and/or services of that entity to fulfill some of its obligations under its contract, while retaining full responsibility for the performance of all of the Contractor's obligations under the Contract, including payment to the Subcontractor. The Subcontractor has no legal relationship with SASI or the University, only with the Contractor.

2.2 CONTRACT SPECIFIC DEFINITIONS

Americans with Disabilities Act (ADA) - Prohibits discrimination against people with disabilities in several areas, including employment, transportation, public accommodations, communications and access to state and local government’ programs and services. All-Inclusive Cost Per Trip - The cost to complete a trip from the Atlantic City Campus to the Galloway Campus or from the Galloway Campus to the Atlantic City Campus. The All-Inclusive Cost Per Trip shall include all direct and indirect costs, including, but not limited to, direct labor costs, overhead, vehicles, maintenance, insurance, tolls, fuel, background checks, drug screenings, licenses, permits, tickets, uniforms, parking fees, fee or profit, equipment, materials, supplies, managerial support, documents, forms, reproductions thereof and any other costs related to the services outlined in this RFP. No additional fees or costs shall be paid by SASI unless there is a change in the scope of work.

Page 10: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

9

Atlantic City Campus – The University’s Gateway Campus located on Albany Avenue in Atlantic City, NJ. The Atlantic City Campus will open in the Fall of 2018. Fall Academic Session – The period in which the Fall Semester is in session, typically from the last week in August to the third week in December. Galloway Campus – The University’s main facilities located at 101 Vera King Farris Drive, Galloway, NJ 08205. Shuttle Vehicle – A vehicle that is capable of transporting a minimum of 40 passengers and that meets the requirements of RFP Section 3.1. A yellow school bus is not an acceptable Shuttle Vehicle under the requirements of this RFP. Spring Academic Session - The period in which the Spring Semester is in session, typically from Mid-January to Mid-May. Spring Break – A week in March in which classes are not in session. Stockton Affiliated Services, Inc. – Stockton Affiliated Services, Inc., is a non-profit auxiliary organization organized under the laws of the State of New Jersey to provide non-academic services for Stockton University. Summer Academic Session – The period in which the Summer Semester is in session, typically from Mid-May to Mid-August. Summer Break – The period between the conclusion of the Spring Academic Session and the start of the Summer Academic Session and the period between the conclusion of the Summer Academic Session and the start of the Fall Academic Session. University Holidays – Days during the calendar year in which the University is closed for a National Holiday. This includes New Year’s Day, Martin L. King’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, “Black Friday,” and December 24th. Winter Break – The period between the conclusion of the Fall Semester and the start of the Spring Semester in which classes are not in session.

Page 11: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

10

3.0 SCOPE OF WORK

3.1 GENERAL REQUIREMENTS

The Contractor shall comply with the following:

1. The Contractor shall furnish transportation services, through the use of Shuttle Vehicles and drivers as outlined in this RFP. Contractor shall transport faculty, staff, students and visitors to and from the Atlantic City Campus and the Galloway Campus within the hours and between the locations specified in RFP Section 3.4.

2. The Contractor shall provide Shuttle Vehicles with a minimum capacity for 40 passengers. SASI must approve the type of Shuttle Vehicle to be utilized. School buses shall not be permitted. The Shuttle Vehicles must be a 2015 model or newer, and handicap accessible. The Shuttle Vehicles must comply with the Americans with Disabilities Act (ADA) and be equipped with strap-down seats for wheelchairs and have a rear-mounted lift. The Shuttle Vehicle driver shall operate the lift and secure all wheelchairs according to ADA guidelines.

3. The Contractor shall ensure that all Shuttle Vehicles comply with all relevant statutes, rules and

regulations of the New Jersey State Department of Motor Vehicles as well as all applicable laws and regulations of the federal, state and local government. The Contractor shall ensure that all required licenses and permits necessary to operate the Shuttle Vehicles are obtained.

4. The Contractor shall ensure that the Shuttle Vehicles are climate controlled, free of leaks and have heat and/or air conditioning as appropriate for the weather. At SASI’s request, the Contractor shall replace any Shuttle Vehicle that fails to meet heating and/or air conditioning standards.

5. Contractor shall utilize owned or leased Shuttle Vehicles. Contractor shall not subcontract the service to another shuttle company or individual.

6. The Contractor must have a minimum of seven (7) 40 passenger Shuttle Vehicles in its inventory to ensure the ability to transport a max of 160 passengers from both campuses in any one (1) hour.

7. The Contractor is required to provide exterior signage identifying the Shuttle Vehicle as a Stockton

University Shuttle Vehicle. Signage shall be provided by the Contractor and must be approved by SASI before starting the contracted trips. Signage shall be placed in a conspicuous exterior location for ease of identification and SASI must approve the location of the signage.

8. SASI shall provide and install Wi-Fi technology on Contractor’s Shuttle Vehicles allowing for streaming of content. All equipment/hardware installed by SASI on Contractor’s Shuttle Vehicles will remain the property of SASI. SASI will be responsible for the payment of the streaming service;

9. SASI will equip the Shuttle Vehicles with GPS tracking equipment and passenger counting hardware allowing the Shuttle Vehicles to communicate with SASI’s transportation application. All equipment/hardware installed by SASI on Contractor’s Shuttle Vehicles will remain the property of SASI. In addition, the Contractor shall ensure that all Shuttle Vehicles are equipped with or otherwise have access to real time GPS technology to monitor traffic and roadway conditions.

10. The Contractor shall ensure that a dispatcher and a mechanic are on duty whenever the Shuttle Vehicles

are in operation.

Page 12: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

11

11. The Contractor shall provide backup Shuttle Vehicles and drivers that can be mobilized on-site for passenger pick-up within one (1) hour of service interruption to prevent missed trips due to breakdowns, accidents and/or unforeseen incidents. The Contractor shall immediately dispatch a replacement Shuttle Vehicle meeting all requirements of the RFP to replace with disabled shuttle. SASI will only be charged for completed trips.

12. The Contractor should have regional experience in New Jersey and shall have the ability to address service interruption within one (1) hour.

13. The Contractor shall have an account management structure that includes an Account Manager/Customer

Service Representative. The Account Manager/Customer Service Representative shall be available at all times that shuttle service is required based on the schedule set forth in RFP Section 3.4. Contractor shall assign an Account Manager/Customer Service Representative with a minimum of five (5) years’ experience and training specific to the transportation industry.

14. The Contractor shall be available to meet with SASI on a monthly basis.

15. The Contractor shall provide monthly invoices reflecting the dates and number of all trips provided by the Contractor during the previous month. Invoices should be addressed to SASI, Upper N-Wing, Stockton University, Galloway, NJ.

3.2 DRIVER REQUIREMENTS

The Contractor shall comply with the following:

1. The Contractor shall ensure that Shuttle Vehicle drivers are duly licensed and possess a valid United States Commercial Driver’s License (CDL) with a classification appropriate for the size of the Shuttle Vehicle provided by the Contractor. The Shuttle Vehicle driver shall also possess a valid New Jersey Driver’s License. The driver shall have valid CDL and New Jersey licenses at all times. The Contractor shall provide to SASI copies of the CDL and New Jersey license for each driver prior to such driver’s operation of any Shuttle Vehicle.

2. The Contractor shall ensure Shuttle Vehicle drivers are neatly dressed in the Contractor’s uniform with a picture identification tag. The identification tag shall include the driver’s name and the name of the Contractor’s company. The Contractor shall supply a copy of a valid operator identification tag to SASI prior to the start of the contract. Drivers arriving at either the Atlantic City Campus or the Galloway Campus without the required identification may be asked to leave the campus.

3. The Contractor shall provide written certification to SASI that it has obtained a driver’s abstract, and

conducted a criminal background and sex offender (all States) check, at Contractor’s expense, for all drivers assigned to SASI. In no case shall a Shuttle Vehicle driver who has a criminal record operate a Shuttle Vehicle until SASI has received the written report of the criminal finding and approved the driver for service. If any criminal activity arises after the driver operates a Shuttle Vehicle, then the Contractor shall provide immediate written notice to SASI of such criminal activity. SASI retains the right to review all criminal background reports and to exclude a driver from providing shuttle services to SASI under the Contract. A driver convicted of a sex offense shall not be assigned to this Contract.

4. Drivers selected by the Contractor to be assigned must submit to a pre-employment drug test at Contractor’s expense. Said test shall be set up by SASI’s provider, National Drug Screening Inc. (NDS), at a local laboratory. The Contractor will be notified by SASI of any driver failing the test and the Contractor shall immediately remove the driver from service.

Page 13: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

12

5. The Contractor shall require all Shuttle Vehicle drivers to attend SASI orientation program, which

includes a review of service procedures, a campus tour, and on campus route training, prior to operating Shuttle Vehicles that serve the University.

6. The Contractor agrees that all selected drivers must participate in the random drug and alcohol testing

program. This program will be conducted by SASI’s provider, NDS. Contractor shall immediately remove any driver that fails a drug and or alcohol test.

7. The Contractor shall employ and supervise all Shuttle Vehicle drivers and the Shuttle Vehicle drivers shall be and remain the sole employee of, and subject to the control and direction of, the Contractor and shall not be the employee of or subject to the direction and control of SASI.

8. Prior to commencing the Contract, the Contractor shall certify in writing, that all employees assigned to the Contract are eligible to work in the United States legally. The certification shall include language that during the term of the Contract, the Contractor shall not employ any person legally unable to work in the United States. The obligation to determine eligibility shall rest with the Contractor, and SASI shall have the right to request the production of relevant records (e.g., U.S. Citizenship and Immigration Service Form I-9, Employment Eligibility Verification Forms) for review.

9. SASI at its sole discretion may require that the Contractor remove from assignment any Shuttle Vehicle

driver that SASI deems incompetent, unsafe, careless or otherwise objectionable and the Contractor shall be required to provide a replacement driver. Any Shuttle Vehicle driver suspected by the Contractor, SASI and/or the University of any criminal or negligent activity that would pose a danger to him/herself, the passengers or the University community shall be replaced immediately and a replacement driver provided within one (1) hour.

10. The Contractor shall ensure that Shuttle Vehicle drivers have courtesy/passenger information training

annually at Contractor’s expense and that the Shuttle Vehicle drivers are knowledgeable about the Atlantic City Campus and Galloway Campus and all routes. Drivers are expected to exhibit courtesy to members of the University community and all passengers.

11. The Contractor shall ensure its Shuttle Vehicle drivers work hours meet federal and State laws regarding hours of service and periods of rest.

3.3 OPERATIONAL REQUIREMENTS

The Contractor shall be responsible for the following scope of responsibilities:

1. Operate schedules as specified by SASI in RFP Section 3.4. Drivers must adhere to the route established by the Contractor and unauthorized stops are not permitted.

2. The Contractor shall be responsible for establishing the routes to provide the transportation between the Galloway Campus and the Atlantic City Campus. The Contractor shall be responsible for re-directing routes based on weather and flooding.

3. The shuttle route between the Galloway Campus and the Atlantic City Campus may pass through the Pleasantville Toll Plaza. The Contractor shall be responsible for the payment of all tolls incurred to operate the shuttle service. These tolls shall be included in the Contractors All-Inclusive Cost Per Trip, as SASI will not reimburse the Contractor.

Page 14: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

13

4. SASI shall designate the loading and unloading locations at the Galloway Campus and the Atlantic City Campus. The Contractor shall be required to use only these locations for the loading and unloading of passengers, except in the case of an emergency.

5. The Contractor shall ensure a minimum of a five (5) minute queue at each location and sufficient time to

load/unload passengers at that location.

6. The driver shall ensure all passengers are seated before operating the Shuttle Vehicle. The driver shall not operate the shuttle with passengers standing or sitting in the aisle. In case of a potential unruly passenger the driver, at their discretion, shall call the University’s Police Department.

7. The Contractor shall validate riders through University issued identification cards. Riders without a

University issued identification card must be guests of a rider with a University issued identification card.

8. The Contractor must provide Shuttle Vehicles clean and free of odor and debris. Shuttle Vehicles shall contain trash bins that must be emptied when filled. Shuttle Vehicles’ maintenance and cleaning records must be kept current and available for inspection by SASI.

9. The Shuttle Vehicle driver shall provide emergency procedures for passengers to follow if an emergency

occurs. The driver shall point out all emergency exits, explain emergency procedures, and provide such procedures to all passengers upon request.

10. Contractor shall post signage visible to all passengers indicating that the Shuttle Vehicle is smoke free.

The Shuttle Vehicle driver shall enforce this regulation and report to SASI all passengers failing to follow the no smoking regulation.

11. The Shuttle Vehicle driver shall comply with all federal, state and local regulations in effect and abide by

all University rules, regulations and policies.

12. The Shuttle Vehicle driver shall have a radio and/or cell phone with capabilities for emergency and/or essential contact with the Contractor’s dispatcher, SASI and the University’s Police Department in the event of breakdown, ill passenger, inclement weather, traffic jams, etc.

13. The Shuttle Vehicle driver shall not engage in any activities that may distract from driving/operating the

Shuttle Vehicle. This shall include, but is not limited to, utilization or viewing electronic devices while the Shuttle Vehicle is in motion (with the exception of GPS, or command center radio), excessive conversations, etc.

16. In the event of a breakdown, accident, biohazard/chemical spills or employee/passenger injury, the driver

shall immediately notify the Police Department and Emergency Services (Fire/Ambulance) where the incident occurred as well as the University’s Police Department and the designated contacts for SASI. A written incident report must be submitted to SASI and the University’s Police Department within 24 hours of the incident.

3.4 SHUTTLE SERVICE REQUIREMENTS

SASI is exploring four (4) different shuttle service schedules, as outlined below. SASI reserves the right to amend schedules as needs change.

Page 15: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

14

SHUTTLE SERVICE SCHEDULE: OPTION 1

The Contractor shall comply with the following:

1. The Contractor shall provide year-round shuttle service Monday – Sunday, 7 A.M. to 1 A.M. between the Galloway Campus and the Atlantic City Campus. The first shuttle shall begin at 7 A.M. on each day and the last shuttle departure shall be at 12:30 A.M:

a. Monday through Friday during the Fall Academic Session and Spring Academic Session, the shuttle service shall depart every 15 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 15 minutes from the Galloway Campus directly to the Atlantic City Campus.

b. Saturday, Sundays and University Holidays during the Fall Academic Session and Spring Academic Session, the shuttle service shall depart every 30 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 30 minutes from the Galloway Campus directly to the Atlantic City Campus.

c. Monday through Thursday during the Summer Academic Session, the shuttle service shall depart

every 15 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 15 minutes from the Galloway Campus directly to the Atlantic City Campus.

d. Friday, Saturday, Sundays and University Holidays during the Summer Academic Session, the

shuttle service shall depart every 30 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 30 minutes from the Galloway Campus directly to the Atlantic City Campus.

e. During Winter, Spring and Summer Breaks (Non-Academic Periods), the shuttle service shall

depart every 30 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 30 minutes from the Galloway Campus directly to the Atlantic City Campus.

SHUTTLE SERVICE SCHEDULE: OPTION 2

The Contractor shall comply with the following:

1. The Contractor shall provide year-round shuttle service Monday – Sunday, 7 A.M. to 1 A.M. between the Galloway Campus and the Atlantic City Campus. The first shuttle shall begin at 7 A.M. on each day and the last shuttle departure shall be at 12:30 A.M:

a. Monday through Friday during the Fall Academic Session and Spring Academic Session, the

shuttle service shall depart every 15 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 15 minutes from the Galloway Campus directly to the Atlantic City Campus.

b. Saturday, Sundays and University Holidays during the Fall Academic Session and Spring Academic Session, the shuttle service shall depart every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

c. Monday through Thursday during the Summer Academic Session, the shuttle service shall depart

every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

Page 16: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

15

d. Friday, Saturday, Sundays and University Holidays during the Summer Academic Session, the

shuttle service shall depart every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

e. During Winter, Spring and Summer Breaks (Non-Academic Periods), the shuttle service shall depart every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

SHUTTLE SERVICE SCHEDULE: OPTION 3

The Contractor shall comply with the following:

1. The Contractor shall provide shuttle service from 7 A.M. to 1 A.M. between the Galloway Campus and the Atlantic City Campus, as outlined below. The first shuttle shall begin at 7 A.M. on each day and the last shuttle departure shall be at 12:30 A.M:

a. Monday through Friday during the Fall Academic Session and Spring Academic Session, the

shuttle service shall depart every 15 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 15 minutes from the Galloway Campus directly to the Atlantic City Campus.

b. Saturday and Sundays during the Fall Academic Session and Spring Academic Session, the shuttle service shall depart every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

c. During the Summer Academic Session on Monday through Thursday, the shuttle service shall

depart every 60 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 60 minutes from the Galloway Campus directly to the Atlantic City Campus.

SHUTTLE SERVICE SCHEDULE: OPTION 4

The Contractor shall comply with the following:

2. The Contractor shall provide shuttle service from 7 A.M. to 1 A.M. between the Galloway Campus and the Atlantic City Campus, as outlined below. The first shuttle shall begin at 7 A.M. on each day and the last shuttle departure shall be at 12:30 A.M:

a. Monday through Friday during the Fall Academic Session and Spring Academic Session, the

shuttle service shall depart every 30 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 30 minutes from the Galloway Campus directly to the Atlantic City Campus.

b. During the Summer Academic Session on Monday through Thursday, the shuttle service shall

depart every 30 minutes from the Atlantic City Campus directly to the Galloway Campus and shall depart every 30 minutes from the Galloway Campus directly to the Atlantic City Campus.

Page 17: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

16

4.0 BID PROPOSAL PREPARATION AND SUBMISSION

4.1 GENERAL

The Bidder is advised to thoroughly read and follow all instructions contained in this RFP, including the instructions on the RFP’s Cover sheet, in preparing and submitting its bid proposal.

4.2 BID PROPOSAL DELIVERY AND IDENTIFICATION

In order to be considered, a bid proposal must arrive at SASI in accordance with the instructions on the RFP’s Cover sheet. Bidders are cautioned to allow adequate delivery time to ensure timely delivery of bid proposals. Late bid proposals are ineligible for consideration. THE EXTERIOR OF ALL BID PROPOSAL PACKAGES ARE TO BE LABELED WITH THE RFP NUMBER AND TITLE [Bid# 20171221 Request for Proposal For Atlantic City Shuttle Service] AND THE BIDDER’S NAME AND ADDRESS.

4.3 NUMBER OF BID PROPOSAL COPIES

The Bidder must submit one (1) complete ORIGINAL bid proposal, clearly marked as the “ORIGINAL” bid proposal. The Bidder should submit one (1) exact copy of the original and one (1) exact copy on a flash drive. The copies requested are necessary in the evaluation of the bid proposal. A Bidder failing to provide the requested number of copies will be charged the cost incurred by SASI in producing the requested number of copies. It is suggested that the Bidder make and retain a copy of its bid proposal.

4.4 BID PROPOSAL CONTENT

FORMS THAT SHOULD BE SUBMITTED WITH THE BID PROPOSAL

4.4.1.1 BUSINESS REGISTRATION CERTIFICATE

In accordance with N.J.S.A. 52:32-44(b), a Bidder and its named Subcontractors should have a valid Business Registration Certificate (“BRC”) issued by the Department of Treasury, Division of Revenue prior to the award of a contract. To facilitate the proposal evaluation and contract award process, the Bidder should submit a copy of its valid BRC with its proposal. The Bidder may go to www.nj.gov/njbgs to register with the New Jersey Division of Revenue or to obtain a copy of an existing Business Registration Certificate.

4.4.1.2 OWNERSHIP DISCLOSURE CERTIFICATION

In the event the Bidder is a corporation, partnership or sole proprietorship, the Bidder should complete the attached Ownership Disclosure Certification. A current completed Ownership Disclosure Certification should accompany the bid proposal. If the Bidder is a joint venture, an Ownership Disclosure Certification should be completed and submitted by each party to the joint venture.

4.4.1.3 DISCLOSURE OF INVESTIGATIONS AND OTHER ACTIONS INVOLVING BIDDER

The Bidder should provide a detailed description of any investigation, litigation, including administrative complaints or other administrative proceedings, involving any clients during the past five (5) years including the

Page 18: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

17

nature and status of the investigation, and, for any litigation, the caption of the action, a brief description of the action, the date of inception, current status, and, if applicable, disposition. The Bidder should use the Disclosure of Investigations and Actions Involving Bidder form for this purpose.

4.4.1.4 EMPLOYEE OR RELATIVE DISCLOSURE REQUIREMENT

The Bidder should disclose whether any employee or stockholder/partner owning 10% or more interest, is currently employed by SASI or the University; or if the Bidder or any employee of the Bidder is currently a student at the University.

4.4.1.5 NON-COLLUSION

The Bidder should complete the attached Non-Collusion Affidavit. By submitting a proposal, the Bidder certifies as follows:

a. The price(s) and amount of its proposal have been arrived at independently and without consultation, communication or agreement with any other Contractor, Bidder or potential Bidder;

b. Neither the price(s) nor the amount of its proposal, and neither the approximate price(s) nor approximate amount of this proposal, have been disclosed to any other firm or person who is a Bidder or potential Bidder, and they will not be disclosed before the proposal submission;

c. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this

contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal;

d. The proposal of the firm is made in good faith and not pursuant to any agreement or discussion with, or

inducement from, any firm or person to submit a complementary or other noncompetitive proposal; and

e. The Bidder, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four (4) years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract.

PRICE SHEET

The Bidder must submit its pricing using the format set forth in the Price Sheet attached hereto as Attachment A. The Bidder shall provide All-Inclusive Cost Per Trip as defined in RFP Section 2.0. Failure to submit all information required will result in the proposal being considered non-responsive. Each Bidder is required to hold its prices firm through issuance of contract.

SUBMITTALS

In order to be considered, Bidders must submit a complete response to this RFP. Complete responses must include all information requested in this RFP and address all requirements listed in this document. The response should be concise and shall be organized in a manner that will quickly access information.

a. Attachment A – Price Sheet. b. Bidders must provide a written response to each Section of 3.0 Scope of Work stating that their proposed

solution meets the requirements set forth in that section. c. Bidders must provide a written response to each section of Exhibit B.

Page 19: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

18

5.0 SPECIAL CONTRACUAL TERMS AND CONDITIONS

5.1 PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS

The Contract awarded as a result of this RFP shall consist of addendum to this RFP, this RFP (including SASI’s Standard Contract Terms and Conditions), the Contractor's bid proposal and SASI’s Service Provider Agreement incorporating these documents and signed by the Contractor and SASI. In the event of a conflict between provisions within the contract documents, the contract documents shall have the following order of priority: Agreement, RFP Addendum by later issuance date, the RFP, SASI’s Standard Contract Terms and Conditions and the Contractors bid proposal.

5.2 CONTRACT TERM

The term of the Contract will be for a period of three (3) years and the Contract may be extended for all or part of two (2) additional one-year periods on terms and conditions agreed to by the Contractor and SASI.

5.3 CONTRACT AMENDMENT

Any changes or modifications to the terms of the contract shall be valid only when they have been reduced to writing and signed by the Contractor and SASI.

5.4 INSURANCE CERTIFICATES

The Bidder recommended for contract award shall provide SASI with current certificates of insurance for all coverages required below. Prior to the commencement of services, the Contractor shall provide evidence of insurance required by the RFP and the Contract throughout the term of the Contract and shall maintain, at its own expense, insurance for liability for damages, insurance of the kinds and in the amounts hereinafter provided, with insurance companies authorized to do business in the State of New Jersey. SASI prohibits capping liability to anything less than the liability insurance coverage. All of the policies of insurance required to be purchased and maintained and the certificates, declaration pages, or other evidence thereof shall contain a provision or endorsement that the coverage afforded is not to be cancelled, materially changed or non-renewed without at least 30 days prior written notice to SASI by certified mail. All such policies shall name SASI, Stockton University and the State of New Jersey as "Additional Insured". The Contractor shall procure and maintain the below listed types of insurance with limits of liability in at least the amounts also listed below:

a. Commercial General Liability Insurance. The minimum limit of liability shall be $1,000,000 per occurrence (combined single limit for bodily injury and property damage)/$2,000,000 aggregate, including products/completed operations and contractual liability insurance;

b. Workers Compensation and Employer's Liability Insurance. This insurance shall include Employer’s’

Liability Protection with a limit of liability not less than $1,000,000 per accident/$1,000,000 per disease for each employee/$1,000,000 aggregate per disease. Worker's Compensation and Employer's Liability insurance shall be provided in accordance with the requirements of the laws of New Jersey; and

Page 20: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

19

c. Comprehensive Automobile Liability Insurance. The policy shall cover owned, non-owned, hired, leased

and rented vehicles with minimum limits of liability in the amount of $5,000,000 per accident as a combined single limit for bodily injury and property damage.

5.5 INDEMNIFICATION

The Contractor will indemnify, defend and hold harmless SASI and Stockton University and the employees, representatives, and agents of SASI and Stockton University from and against any and all losses, suites, claims demands, fines, penalties, awards, damages, costs and expenses as well as reasonable attorney fees and court costs arising out of or in connection with:

a. any negligence, default, breach, errors or omissions by the Contractor or any of the Contractor’s employees or agents under this Contract; or

b. violations or non-compliance with federal, State, local or municipal laws & regulations ordinances, arising from the performance of this Contract or arising out of conditions created or caused to be created by the Contractor, its agents, employees and Subcontractors.

5.6 CONTRACTOR’S WARRANTY

The Contractor is responsible for the quality, technical accuracy, timely completion and delivery of all services to be furnished by the Contractor under the Contract. The Contractor agrees to perform in a good, skillful and timely manner all services set forth in the Contract. The Contractor shall, without additional compensation, correct or revise any errors, omissions, or other deficiencies in its services and deliverables furnished under the contract. The acceptance or payment for any of the services rendered under the contract shall not be construed as a waiver by SASI, of any rights under the Contract or of any cause of action arising out of the Contractor’s performance of the Contract. The acceptance of, approval of or payment for any of the services performed by the Contractor under the Contract shall not constitute a release or waiver of any claim SASI has or may have for latent defects or errors or other breaches of warranty or negligence.

5.7 DEFAULT

SASI may, subject to the Force Majeure provisions below, and in addition to its other rights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, and terminate the Contract as provided below in the Termination Provisions, the whole or any part of this Contract for any of the following reasons:

1. Failure to begin work within the time specified in the Contract or as otherwise specified; 2. Failure to perform the work with sufficient labor, equipment, or material to insure the delivery of

the specified services in accordance with the Contract; 3. If any representation or warranty made by the Contractor in the Contract or in any report,

certificate, financial statement or other instrument furnished in connection with the Contract shall prove to be false or misleading in any material respect when made;

4. If the Contractor fails to perform any other covenant, condition or agreement on the part of the Contractor to be observed or performed pursuant to the terms of the Contract, and such failure continues for thirty (30) days after SASI gives the Contractor written notice thereof; provided however, if such performance requires work to be done, actions to be taken or conditions to be remedied, which by their nature cannot be reasonably done, taken or remedied, as the case may

Page 21: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

20

be, within such thirty (30) day period, no default shall be deemed to have occurred or to exist if, and as long as, the Contractor shall commence such performance within such thirty (30) day period and shall diligently and continuously prosecute the same to completion.

5. Insolvency or bankruptcy of the Contractor; or 6. Assignment made by the Contractor for the benefit of creditors.

SASI’s failure to exercise any rights or remedies provided in this paragraph shall not be construed to be a waiver by SASI of its rights and remedies in regard to the event of default or any succeeding event of default.

5.8 TERMINATION

SASI shall have the right to terminate the Contract on the occurrence of a default as set forth above, upon written notice to the Contractor. SASI shall also have the right, upon written notice to the Contractor, to terminate the Contract for other cause as specified in this Contract or by law. In addition, SASI may take any action at law or in equity to enforce performance and observance of any obligation, agreement or covenant of the Contractor under the Contract.

5.9 FORCE MAJEURE

Neither party will incur any liability to the other if its performance of any obligation under this Contract is prevented or delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party’s control may include, but aren’t limited to, acts of God or war, changes in controlling law, regulations, orders or the requirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemics and quarantines, general strikes throughout the trade, and freight embargoes. The Contractor shall notify SASI orally within two (2) days and in writing within five (5) days of the date on which the Contractor becomes aware, or should have reasonably become aware, that such cause would prevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect on performance, (ii) state whether performance under the Contract is prevented or delayed and (iii) if performance is delayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of proving that such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce such supporting documentation as SASI may reasonably request. In the event of a declared emergency by competent governmental authorities, SASI by notice to the Contractor, may suspend all or a portion of the Contract.

5.10 GOVERNING LAW

The Contract shall be governed by and construed in accordance with the laws of the State of New Jersey, without giving effect to any choice of law provisions, and any action arising under the Contract shall be commenced in the New Jersey courts located in Atlantic County, New Jersey or the federal courts located in the State of New Jersey.

5.11 SUBCONTRATING

The services under this RFP shall not be subcontracted.

5.12 ADDITIONAL WORK AND/OR SPECIAL PROJECTS

The Contractor shall not begin performing any additional work or special projects without first obtaining written approval from SASI. In the event of additional work and/or special projects, the Contractor must present a written proposal to perform the additional work to SASI. The proposal should provide justification for the necessity of the additional work. The relationship between the additional work and the base contract work must be clearly established by the Contractor in its proposal.

Page 22: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

21

The Contractor’s written proposal must provide a detailed description of the work to be performed broken down by task and subtask. The proposal should also contain details on the level of effort, including hours, labor categories, etc., necessary to complete the additional work. The written proposal must detail the cost necessary to complete the additional work in a manner consistent with the contract. The written price schedule must be based upon the hourly rates, unit costs or other cost elements submitted by the Contractor in the Contractor’s original proposal submitted in response to this RFP. Whenever possible, the price schedule should be a firm, fixed price to perform the required work. The firm fixed price should specifically reference and be tied directly to costs submitted by the Contractor in its original proposal. A payment schedule, tied to successful completion of tasks and subtasks, must be included. No additional work and/or special project may commence without SASI’s written approval. In the event the Contractor proceeds with additional work and/or special projects without SASI’s written approval, it shall be at the Contractor’s sole risk.

5.13 COMPLIANCE WITH LAWS AND STANDARDS

The Contractor is responsible for assuring that all applicable federal, state and local laws, statutes, regulations, codes, and standards, and current generally-accepted standards and practices in its profession are complied with in connection with the services rendered to SASI under this Contract.

5.14 ASSIGNMENT

The Contractor shall not transfer, assign or otherwise dispose of the Contract or Contract funds, due or to become due, or claims of any nature it has against SASI to any other party except upon the express written approval of SASI.

5.15 STATE OF NEW JERSEY ANTI-DISCRIMINATION REQUIREMENTS

SASI’s contract, including all subcontracts, will contain the anti-discrimination provisions required by N.J.S.A. 10:2-1. The Contractor, and all Subcontractors, will be subject to those provisions and all applicable related regulations on all contracts. SASI’s contract, including all subcontracts, will be subject to the Law Against Discrimination (N.J.S.A. 10:5-1 et seq.), including as it pertains to public contracts (see N.J.S.A. 10:5-31 et seq.). Bidders are required to comply with the requirements of P.L. 1975, c.127 (N.J.S.A. 10:5-31 et seq.).

5.16 OWNERSHIP OF MATERIALS

Ownership of all data, material, and documentation originated and prepared for SASI pursuant to this RFP and ensuing Contract shall become the remain the property of SASI.

Page 23: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

22

6.0 PROPOSAL EVALUATION

6.1 EVALUATION CRITERIA

The Contract shall be awarded to the responsive and responsible Bidder whose bid proposal, conforming to the requirements of this Request for Proposal, are most advantageous to SASI, price and other factors considered.

TECHNICAL EVALUATION CRITERIA

The following evaluation criteria categories, not necessarily listed in order of significance, will be used to evaluate Proposals received in response to this RFP:

a. Personnel: The qualifications and experience of the Bidder’s management, supervisory, and key personnel assigned to the Contract, including the candidates recommended for each of the positions/roles required.

b. Experience of firm: The Bidder’s documented experience in successfully completing contracts of a similar size and scope in relation to the work required by this RFP.

c. Ability of firm to complete the Scope of Work based on its Technical Proposal: The overall ability of the Bidder to undertake and successfully complete the technical requirements of the Contract in a timely manner.

PRICE EVALUATION

For evaluation purposes, Bidders will be ranked from lowest to highest according to the All-Inclusive Total Cost for the selected Option set forth in Attachment A - Price Sheet, accompanying this RFP.

6.2 ORAL PRESENTATION, CLARIFICATION OF BID PROPOSAL.

After the submission of bid proposals, unless requested by SASI as noted below, Bidder contact with SASI is still not permitted. The Bidder may be required to give an oral presentation to SASI concerning its bid proposal. SASI may also require the Bidder to submit written responses to questions regarding its bid proposal. The purpose of such communication with the Bidder, either through an oral presentation or a letter of clarification, is to provide an opportunity for the Bidder to clarify or elaborate on its bid proposal. Original bid proposals submitted, however, cannot be supplemented, changed, or corrected in any way. No comments regarding other bid proposals are permitted. Bidders may not attend presentations made by their competitors. It is within SASI’s discretion whether to require the Bidder to give an oral presentation or require the Bidder to submit written responses to questions regarding its bid proposal. Action by SASI in this regard should not be construed to imply acceptance or rejection of a bid proposal. SASI is the sole point of contact regarding any request for an oral presentation or clarification.

6.3 PROPOSAL DISCREPANCIES

In evaluating bid proposals:

a. Discrepancies between words and figures will be resolved in favor of words;

b. Discrepancies between unit prices and totals of unit prices will be resolved in favor of unit prices;

Page 24: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

23

c. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit

prices;

d. Discrepancies between the indicated total of multiplied unit prices and units of work and the actual total will be resolved in favor of the actual total; and

e. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be

resolved in favor of the corrected sum of the column of figures.

Page 25: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

24

7.0 CONTRACT AWARD

The Contract award shall be made with reasonable promptness by written notice to that responsible Bidder, whose bid proposal, conforming to this RFP, is most advantageous to SASI, price and other factors considered. SASI reserves the right to reject any or all bids, or to award in whole or in part, if deemed to be in the best interest of SASI to do so. Furthermore, SASI reserves the right to waive any other bid requirement in their sole discretion when such waiver is in the best interest of SASI and where such waiver is permitted by law. The successful bidder shall enter into a written contractual agreement with SASI for the performance of the scope of work in accordance with the terms of this RFP and SASI’s Terms and Conditions.

Page 26: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

EXHIBIT A

Page 27: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract
Page 28: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract
Page 29: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

1

Exhibit B – Required Materials

Provide a response to the following:

1. List firm name and firm background information including number of years the firm has been in operation.

2. List contact information and location of the respondent’s office that will be responsible for managing this Contract.

3. Provide names and telephone numbers of management personnel to be contacted if problems or emergencies occur.

4. Provide the Bidder’s documented experience in successfully completing contracts of a similar size and scope in relation to the work required by this RFP. This should include a client list including company names, contact names and titles, phone numbers, and email addresses. Please include any institutions of higher education and any references where similar type services were provided.

5. List contracts the respondent has had terminated during the last three (3) years with the reason the contract was terminated for each job. If none, indicate so.

6. Provide the qualifications of the Bidder’s management, supervisory, and key personnel assigned to the Contract. This should include resumes.

7. Provide a detailed list of your Shuttle Vehicles with specifications on each Shuttle Vehicle that will be used on this account.

8. What location will the firm’s Shuttle Vehicles be dispatched from? What location will the firm’s Shuttle Vehicle be serviced from?

9. State the closest location to the University that the firm will utilize for this Contract and describe your firm’s plan to ensure that service interruption will be addressed within one (1) hour.

10. What is your firm’s plan for storing vehicles when not being utilized, both during the day and overnight? 11. Provide information on your firm’s current safety, training and drug testing programs. 12. Provide the average length of years drivers have been employed with your firm. 13. How does your firm handle customer service and do you conduct customer surveys? 14. Describe your firm’s Quality Control Program. 15. Does your firm engage in sustainable practices that serve to reduce or minimize an impact to the

environment? Please describe. If providing a quote that includes alternative fuel options, please include details requested on Price Sheet – Attachment A.

16. Provide bank references and a statement of financial strength.

Page 30: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

EXHIBIT C - SASI BID DOCUMENT CHECKLIST

A. Required with Submission of Bid Proposal:

x Price Sheet – Attachment A

x Written Response to Exhibit B

B. Documents that should be submitted with the Bid Proposal:

x Business Registration Certificate issued by Division of Revenue

x Ownership Disclosure Form

x Disclosure of Investigations Form

x Employee or Relative Disclosure Requirement

x Non-Collusion Affidavit

Page 31: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

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

DPP Rev. 6.19.17 Page 1 of 2

OWNERSHIP DISCLOSURE FORM

BID SOLICITATION #: VENDOR/BIDDER:

PART 1 PLEASE COMPLETE THE QUESTIONS BELOW BY CHECKING EITHER THE “YES” OR THE “NO” BOX. ALL PARTIES ENTERING INTO A

CONTRACT WITH THE STATE ARE REQUIRED TO COMPLETE THIS FORM PURSUANT TO N.J.S.A. 52:25-24.2PLEASE NOTE THAT IF THE VENDOR/BIDDER IS A NON-PROFIT ENTITY, THIS FORM IS NOT REQUIRED.

YES NO 1. Are there any individuals, corporations, partnerships, or limited liability companies owning a 10%

or greater interest in the Vendor/Bidder?

IF THE ANSWER TO QUESTION 1 IS “NO”, PLEASE SIGN AND DATE THE FORM. IF THE ANSWER TO QUESTION 1 IS “YES”, PLEASE ANSWER QUESTIONS 2 – 4 BELOW.

2. Of those parties owning a 10% or greater interest in the Vendor/Bidder, are any of those partiesindividuals?

3. Of those parties owning a 10% or greater interest in the Vendor/Bidder, are any of those partiescorporations, partnerships, or limited liability companies?

4. If your answer to Question 3 is “YES”, are there any parties owning a 10% or greater interest inthe corporation, partnership, or limited liability company referenced in Question 3?

IF ANY OF THE ANSWERS TO QUESTIONS 2 - 4 ARE “YES”, PLEASE PROVDE THE REQUESTED INFORMATION IN PART 2 BELOW.

PART 2 PLEASE PROVIDE FURTHER INFORMATION RELATED TO QUESTIONS 2 – 4 ANSWERED AS “YES”.

If you answered “YES” for questions 2, 3, or 4, you must disclose identifying information related to the individuals, corporations,partnerships, and/or limited liability companies owning a 10% or greater interest in the Vendor/Bidder. Further, if one or more of these entities is itself a corporation, partnership, or limited liability company, you must also disclose all parties that own a 10% or

greater interest in that corporation, partnership, or limited liability company. This information is required by statute.

INDIVIDUALS

NAME DATE OF BIRTH

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

NAME DATE OF BIRTH

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

NAME DATE OF BIRTH

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

Attach Additional Sheets If Necessary.

Page 32: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

Page 2 of 2

PART 2 continued PARTNERSHIPS/CORPORATIONS/LIMITED LIABILITY COMPANIES

ENTITY NAME

PARTNER NAME

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

ENTITY NAME

PARTNER NAME

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

ENTITY NAME

PARTNER NAME

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

ENTITY NAME

PARTNER NAME

ADDRESS 1

ADDRESS 2

CITY STATE ZIP

Attach Additional Sheets If Necessary.

In the alternative, to comply with the ownership disclosure requirement, a Vendor/Bidder with any direct or indirect parent entity which is publicly traded may submit the name and address of each publicly traded entity and the name and address of each person that holds a 10% or greater beneficial interest in the publicly traded entity as of the last annual filing with the federal Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10% or greater beneficial interest, also shallsubmit links to the websites containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the information on each person that holds a 10 percent or greater beneficial interest. N.J.S.A. 52:25-24.2.

CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor/Bidder, 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/Bidder 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 will be subject to criminal prosecution under the law, and it will constitute a material breach of my agreement(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

FEIN/SSN

Page 33: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

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

DISCLOSURE FORM OF INVESTIGATIONS AND OTHER ACTIONS INVOLVING THE VENDOR/BIDDER FORM

BID SOLICITATION #: VENDOR/BIDDER:

PART 1 PLEASE LIST ALL OFFICERS/DIRECTORS OF THE VENDOR/BIDDER BELOW.

IN PART 2 OF THIS FORM, YOU WILL BE REQUIRED TO ANSWER QUESTIONS REGARDING THESE INDIVIDUALS.

OFFICERS/DIRECTORS

NAME DATE OF BIRTH TITLE ADDRESS 1 ADDRESS 2 CITY STATE ZIP

NAME DATE OF BIRTH TITLE ADDRESS 1 ADDRESS 2 CITY STATE ZIP

NAME DATE OF BIRTH TITLE ADDRESS 1 ADDRESS 2 CITY STATE ZIP

Attach Additional Sheets If Necessary.

PART 2 PLEASE COMPLETE THE QUESTIONS BELOW BY CHECKING EITHER “YES” OR “NO”.

PLEASE REFER TO THE PERSONS LISTED ABOVE AND/OR THE PERSONS AND/OR ENTITIES LISTED ON YOUR OWNERSHIP DISCLOSURE FORM WHEN ANSWERING THESE QUESTIONS.

YES NO 1. Has any person or entity listed on this form or its attachments ever been arrested, charged,

indicted, or convicted in a criminal or disorderly persons matter by the State of New Jersey (or political subdivision thereof), or by any other state or the U.S. Government?

2. Has any person or entity listed on this form or its attachments ever been suspended, debarred or otherwise declared ineligible by any government agency from bidding or contracting to provide services, labor, materials or supplies?

3. Are there currently any pending criminal matters or debarment proceedings in which the firm and/or its officers and/or managers are involved?

4. Has any person or entity listed on this form or its attachments been denied any license, permit or similar authorization required to engage in the work applied for herein, or has any such license, permit or similar authorization been revoked by any agency of federal, state or local government?

IF ANY OF THE ANSWERS TO QUESTIONS 1-4 ARE “YES”, PLEASE PROVIDE THE REQUESTED INFORMATION IN PART 3. IF ALL

OF THE ANSWERS TO QUESTIONS 1-4 ARE “NO”, NO FURTHER ACTION IS NEEDED; PLEASE SIGN AND DATE THE FORM.

DPP Rev. 8.4.17 Page 1 of 2

Page 34: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

PART 3 PROVIDING ADDITIONAL INFORMATION

If you answered “YES” to any of questions 1 - 4 above, you must provide a detailed description of any investigation or litigation, including but not limited to administrative complaints or other administrative proceedings, involving public sector clients during the past five (5) years. The description must include the nature and status of the investigation, and for any litigation, the caption of the action, a brief description of the action, the date of inception, current status, and if applicable, disposition.

PERSON OR ENTITY NAME

CONTACT NAME PHONE NUMBER CASE CAPTION INCEPTION OF THE INVESTIGATION

CURRENT STATUS

SUMMARY OF INVESTIGATION

PERSON OR ENTITY NAME

CONTACT NAME PHONE NUMBER CASE CAPTION INCEPTION OF THE INVESTIGATION

CURRENT STATUS

SUMMARY OF INVESTIGATION

PERSON OR ENTITY NAME

CONTACT NAME PHONE NUMBER CASE CAPTION INCEPTION OF THE INVESTIGATION

CURRENT STATUS

SUMMARY OF INVESTIGATION

Attach Additional Sheets If Necessary.

CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor/Bidder, 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/Bidder 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 will be subject to criminal prosecution under the law, and it will constitute a material breach of my agreement(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

Page 2 of 2

Page 35: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

PURCHASING OFFICE

EMPLOYEE OR RELATIVE DISCLOSURE REQUIREMENT

This form is to be completed by all bidders seeking the award of any contract. No bidder shall be awarded any contract nor shall any agreement be entered into for the performance of any work or the furnishing of any materials or supplies, the cost of which is to be paid with or out or any public funds by Stockton University unless the bidder has submitted a statement setting forth the information solicited below.

1. State if you or your employee (if known) are currently employed at Stockton University. YES ____ NO ____ If so, please indicatename and position held at Stockton University.

2. State if any shareholder who owns 10 % or more of your stock, if a corporation or partner who holds 10% or more of an interest,if a partnership, is currently employed at Stockton University. YES ____ NO ____

If so, please indicate name and position held at Stockton University.

3. State if you, or any stockholder, who owns 10% or more of your stock, if a corporation, or any partner who owns 10% or more ofan interest, if a partnership, as the case may be, has any relatives employed at the University. YES ____ NO ____

4. State if you or your employee (if known) is currently a student at Stockton University. YES ____ NO ____

BY: - (Name of Contractor) (Address)

Signature of Authorized Representative:

Type of Print Name:

Title:

Witnessed by:

Date:

Page 36: STATE OF NEW JERSEY - Stockton University Bid 20171221...1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150, is hereby made a part of every contract

NON-COLLUSION AFFIDAVIT I, of , in the County of and the State of of full age, being duly sworn according to law on my oath, depose and say that: I am of the Firm of The Bidder making the Proposal for the Project, and that I executed the Proposal with the full authority to do so, that 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 Project, and that all statements contained in the Proposal and in this Affidavit are true and correct, and made with full knowledge that Stockton University relies upon the truth on the statements contained in the Proposal and in the statements contained in this Affidavit in awarding the Contract for the Project. I warrant that no requirement or commitment was made in reference to and persons, or elected official and that no undisclosed benefits of any kind were promised to anyone connected with the project. I further warrant that no person or selling agent 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 bonafide employees or a bonafide established commercial or selling agencies maintained by (N.J.S.A. 52:34-15) (Name of Contractor) I also understand that the above disqualification does not apply to any vendor who cooperates with the prosecution and gives supporting testimony on behalf of the prosecution in the course of a judicial inquiry. Subscribed and Sworn to Before me this day of 20 . (Signature of Affiant) Notary Public of (Print or Type Name of Affiant) My Commission expires