state of new jersey - stockton universityintraweb.stockton.edu/eyos/sasi/sasi bid 20180201.pdf ·...

41
1 Request for Proposal For Atlantic City Parking Garage Operator, Management and Maintenance 20180201 Event Date Time RFP Question Cut Off Date (Refer to RFP Section 1.4.1 for more information.) 2/13/2018 9:00 AM Mandatory Pre-bid Conference & Site Visit 2/08/2018 10:00 AM Bid Proposal Submission Due Date (Refer to RFP Section 1.4.2 for more information.) 2/28/2018 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: 02/01/2018

Upload: others

Post on 19-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

1

Request for Proposal For

Atlantic City Parking Garage Operator, Management and Maintenance

20180201

Event Date Time RFP Question Cut Off Date (Refer to RFP Section 1.4.1 for more information.) 2/13/2018 9:00 AM

Mandatory Pre-bid Conference & Site Visit 2/08/2018 10:00 AM

Bid Proposal Submission Due Date (Refer to RFP Section 1.4.2 for more information.) 2/28/2018 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: 02/01/2018

Page 2: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 & SITE VISIT ................................................................................ 6

1.5 ADDITIONAL INFORMATION .................................................................................................................................. 6 ADDENDA: REVISIONS TO THIS RFP ........................................................................................................... 6 BIDDER RESPONSIBILITY ............................................................................................................................... 6 COST LIABILITY .................................................................................................................................................. 6 CONTENTS OF BID PROPOSAL ..................................................................................................................... 6 PRICE ALTERATION .......................................................................................................................................... 7 BID ERRORS ....................................................................................................................................................... 7

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

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

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

3.1 OPERATIONAL REQUIREMENTS ........................................................................................................................ 10 HOURS OF OPERATION ................................................................................................................................ 10 PARKING RATES .............................................................................................................................................. 10 PARKING PROCEDURES MANUAL ............................................................................................................. 10 MAINTENANCE PLAN...................................................................................................................................... 10 MAINTENANCE AND CUSTODIAL SERVICES........................................................................................... 11

3.2 PERSONNEL REQUIREMENTS ........................................................................................................................... 11 3.3 GENERAL REQUIREMENTS ................................................................................................................................. 12 3.4 REPORTING ............................................................................................................................................................. 13

4.0 BID PROPOSAL PREPARATION AND SUBMISSION ...................................................... 15

4.1 GENERAL .................................................................................................................................................................. 15 4.2 BID PROPOSAL DELIVERY AND IDENTIFICATION ......................................................................................... 15 4.3 NUMBER OF BID PROPOSAL COPIES .............................................................................................................. 15 4.4 BID PROPOSAL CONTENT ................................................................................................................................... 15

FORMS THAT SHOULD BE SUBMITTED WITH THE BID PROPOSAL ................................................. 15 PRICE SHEET ................................................................................................................................................... 16 SUBMITTALS ..................................................................................................................................................... 16

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

Page 4: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

3

5.13 COMPLIANCE WITH LAWS AND STANDARDS ................................................................................................ 21 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 - MAP OF PARKING GARAGE • EXHIBIT B - REQUIRED MATERIALS • EXHIBIT C – SASI BID DOCUMENT CHECKLIST

Page 5: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 operation, management and maintenance of a multi-level parking structure (the “Parking Garage”).

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 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 be opening the new Stockton University Gateway Campus in Atlantic City that will include an academic building, a residential complex and the Parking Garage. The Parking Garage is seven (7) levels consisting of approximately 335,684 square feet, approximately 865 parking spaces. The ground level has a parking manager’s office for the operator. The office is 12’ x 16’ including a bathroom. The ground level also contains two (2) retail locations, which are excluded from this RFP. A description of the Parking Garage and various users can be found in EXHIBIT A.

The Parking Garage is to be operated primarily as a private parking facility for Stockton University and South Jersey Industries. Self-public parking is available on a first-come-basis on the 1st Floor only. The University expects the Parking Garage to be operated 24 hours per day, seven (7) days per week. The estimated opening date for the Parking Garage is August 1, 2018.

The occupants of the Parking Garage can be found in Exhibit A and include:

a. Stockton University – 571 spaces – Floors 1 – 6.b. South Jersey Industries – 200 spaces – Floors 6 and 7.c. Open Public Parking – 46 spaces – Floor 1.d. AtlantiCare – 15 spaces – Floor 2.e. Roosevelt Condominium – 5 ADA spaces – To be determined.f. Enclave Condominium – 25 spaces during summer weekends – 2nd Floor.g. Follett – 3 spaces – To be determined.

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.

Page 6: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

5

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 http://intraweb.stockton.edu/eyos/page.cfm?siteID=182&pageID=7. It is the responsibility of the Bidder to monitor the website for any changes, additions, clarifications, cancellations etc. as related to this RFP. 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 2/13/2018.

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. 20180201 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.

Page 7: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

6

MANDATORY PRE-BID CONFERENCE & SITE VISIT

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 at 10:00AM on 2/08/18 will be as follows: The Stockton-Rothenberg Building 3430 Atlantic Avenue Atlantic City, NJ 08401 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.

Page 8: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

7

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. 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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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. All-Inclusive Price – A price that is all-inclusive of all direct and indirect costs, including, but not limited to, maintenance, direct labor costs, overhead, fee or profit, equipment, materials, supplies, managerial support, documents, reports, forms, reproductions thereof and any other costs. No additional fees or costs shall be paid by SASI unless there is a change in the scope of work. 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 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

Maintenance Plan –A plan containing all the specific information regarding the maintenance of the Parking Garage, including but not limited to the maintenance schedule, number and classification of proposed maintenance and custodial personnel, equipment, tools, supplies, and any other resources necessary to achieve the objectives proposed. The Maintenance Plan shall be subject to SASI’s approval. Parking Rate – The fees or rates recommended by the Contractor and approved by SASI that the Contractor shall charge all self-public parking users of the parking facilities.

Page 10: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

9

Parking Procedures Manual - A manual containing all of the specific information regarding the operation of the Parking Garage, including but not limited to, hours of operation, staffing levels, Parking Rates, special circumstances, policies and procedures. The Parking Procedures Manual shall be subject to SASI’s approval. 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.

Page 11: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

10

3.0 SCOPE OF WORK

3.1 OPERATIONAL REQUIREMENTS

The Contractor shall manage, operate and maintain the Parking Garage in a first-class manner and condition. The Contractor shall be responsible for the management and operation of the parking facility. These responsibilities shall include, but not be limited to, all parking spaces, the control devices, entrances, exits, parking manager’s office space, and such other improvements, additions, deletions, alterations, changes or modifications thereto, as may be made at the sole discretion of SASI. This does not include managing or leasing the retail space. The Parking Garage is to be operated primarily as a private parking facility for Stockton University and South Jersey Industries. Private parking members will utilize authorized access cards or a SASI approved alternative method to raise the gate and access the Parking Garage. Self-public parking is available on a first-come-basis on the 1st Floor only. A description of the Parking Garage and various users can be found in Exhibit A.

HOURS OF OPERATION

The Parking Garage shall be operated 24 hours per day, seven (7) days per week. The estimated opening date for the Parking Garage is August 1, 2018. Hours of operation may be amended in consultation between SASI and the Contractor based on user demand.

PARKING RATES

The Contractor shall charge all self-public parking users of the parking facilities the Parking Rate established by and approved by SASI. Parking Rates for the portion of the Parking Garage assigned to Stockton University and South Jersey Industries shall be determined and collected separately by Stockton University and South Jersey Industries, respectively. No free parking or discounted parking shall be permitted to any person, entity, or corporation without SASI’s prior written approval. The Contractor shall submit any proposed changes in Parking Rates to SASI for consideration at least 30 days prior to the proposed effective date. The decision as to Parking Rates shall be at the sole discretion of SASI and will be binding and conclusive on the Contractor. It is anticipated that the Parking Rates will be for short term, hourly-based rates. The Contractor shall provide its recommended Parking Rates for the year on an annual basis.

PARKING PROCEDURES MANUAL

The Contractor must develop a detailed Parking Procedures Manual within 30 days from the execution of an agreement resulting from this RFP. This Parking Procedures Manual shall contain all of the specific information regarding the operation at the Parking Garage including but not limited to hours of operation, staffing levels, Parking Rates, special circumstances, policies and procedures. The contents of the Parking Procedures Manual shall be subject to SASI’s approval. The Contractor shall be responsible for operating the Parking Garage in accordance with the Parking Procedures Manual as approved by SASI. The Contractor must amend the manual as necessary after consultation with and approval by SASI.

MAINTENANCE PLAN

The Contractor must provide a Maintenance Plan proposed to maintain the Parking Garage in a neat and safe condition within 30 days from the execution of an agreement resulting from this RFP. The Contractor must provide the maintenance schedule, number and classification of proposed maintenance and custodial personnel, equipment, tools, supplies, the Contractor’s ongoing safety program, and any other resources necessary to achieve the objectives proposed. All components of the proposed Maintenance Plan are subject to SASI’s approval.

Page 12: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

11

MAINTENANCE AND CUSTODIAL SERVICES

The Contractor shall provide the necessary personnel and equipment to maintain the Parking Garage, including stairwells, parking manager’s office, and parking manager’s office bathroom in a clean, safe and operable condition, including maintaining lighting (exterior and interior), signage, and shall keep free of debris the adjacent sidewalks and generally maintain the Parking Garage in a clean, safe condition at all times. The Contractor must also operate and coordinate outside services and warranties relating to the programmable LED billboard, LED decorative lighting, electric car chargers and back-up generators. Contractor shall provide snow removal and de-icing as needed.

3.1.5.1 MAINTENANCE DETAIL

The Contractor shall comply with the following:

1. The Contractor shall keep all the Parking Garage and adjacent areas covered by this RFP free from accumulations of dirt, dust, litter, oil stains, leaves, etc. Specifically, this shall include, but is not limited to, the following:

a. Litter shall be removed from the Parking Garage daily and no trash should be allowed to remain in place longer than 24 hours.

b. Trash cans should be emptied daily and/or when more than 2/3 full. c. Stairwells and elevators shall be cleaned at least once daily and pressure washed as necessary and

as directed by SASI. d. Curbs, bollards, and striping shall be maintained in like new condition and re-painted when pitted,

chipped, or flaked and as directed by SASI. e. Cobwebs, bird nests, and dust on ceiling ledges, coffers, and overhead pipes shall be removed at

least weekly. f. Burned out bulbs and ballasts shall be replaced within one (1) business day. g. Signs shall be kept clean and in like new condition. h. Power sweeping and scrubbing shall be accomplished on a routine basis to be determined in

consultation with SASI with a minimum occurrence of once per month.

2. The Contractor shall provide all necessary items required to perform the requirements in this RFP. The Contractor shall implement preventive maintenance on all equipment and insure that all equipment is maintained to manufacturer’s or supplier’s standards.

3. In the event that a major named storm is forecasted to impact Atlantic City the Contractor shall install

traffic cones, provided by SASI, on the ground level of the garage, two (2) per parking stall. Traffic cones shall be removed and stored on site once the weather event has passed. This procedure must be included in the Parking Procedures Manual. The Consultant’s management & staff shall coordinate with SASI, Stockton University, City, County and the State personal regarding the utilization of the Parking Garage to store vehicles during State or local emergencies as directed by the SASI.

3.2 PERSONNEL REQUIREMENTS

The Contractor shall provide services and competent personnel as needed or desired by SASI to meet the needs of those parking while controlling costs. The Contractor shall comply with the following:

1. Facility Manager: The Contractor shall provide a Facility Manager who shall manage and control operation of the Parking Garage, ensuring high quality service and employee performance. Except with the prior written approval of SASI, the Facility Manager shall have no other employment or duties other

Page 13: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

12

than the day-to-day management of the Parking Garage. The Facility Manager shall be certified by Contractor as competent to perform the duties required by the position. Subject to SASI’s waiver, the Facility Manager shall possess the following attributes, at a minimum: a. Excellent communication skills. b. Four (4) years of parking management experience. c. Satisfactory or above average annual performance evaluations. d. Bilingual language skills preferred –English/Spanish. e. SASI reserves the right to add or delete additional requirements.

The Contractor shall not replace the Facility Manager without the prior written approval of SASI, except in instances of proven theft or felonies, or serious violation of Contractor’s company policy by the Facility Manager as disclosed to SASI by the Contractor. The Contractor, initially or thereafter shall place no Facility Manager, at the Parking Garage without the prior written approval of SASI. The Facility Manager or any other of the Contractor’s employees shall be removed from the premises upon the request of SASI within three (3) working days, without cause or reason, and immediately with cause, determined by and at the sole discretion of SASI. The Contractor shall also provide a Backup Facility Manager to ensure coverage if the Facility Manager is out of the office. The Backup Facility Manager is subject to the written approval of SASI.

2. Staffing Levels: A minimum of one (1) person must be on-site at all times. The Contractor shall provide

sufficient staffing to meet the requirements of this RFP.

3. Personnel Standards: The Contractor shall furnish competent and adequately uniformed personnel to operate the Parking Garage efficiently and to assure collection and security of revenues.

a. The Contractor shall require the wearing of a uniform so as to present a neat, clean and professional appearance at all times. The design and color of such uniforms shall be approved in advance by SASI.

b. The Contractor shall require all personnel to wear a photo identification badge approved by SASI that is visible on their person at all times while on duty.

c. Contractor shall require pre-employment drug and alcohol screening for all employees assigned to the Parking Garage.

d. The Contractor shall provide written certification to SASI that it has conducted a criminal background and sex offender (all States) check, at the Contractor’s expense, for all employees assigned to the Parking Garage. In no case shall an employee who has a criminal record work at the Parking Garage until SASI has received the written report of the criminal finding and approved the employee for service. If any criminal activity arises after employee begins employment at the Parking Garage, 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 the Contractor’s employee from working under the Contract. No personnel convicted of a sex offense shall be assigned to this Contract.

e. The personnel must be familiar with the Parking Access Revenue Control System (PARCS).

3.3 GENERAL REQUIREMENTS

The Contractor shall comply with the following:

1. All traffic entering the Parking Garage will do so only via sequentially numbered tickets or authorized access cards. All “no-charge” or validated or exception transactions shall be thoroughly documented.

Page 14: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

13

2. SASI will be responsible for the access control software, however the Contractor shall lift the gate as required. The Contractor shall be responsible for the hardware and maintenance of the access control, including fixing the gate if broken.

3. SASI will be responsible for providing the PARCS. SASI will provide TIBA APS-30 Pay-On-Foot

stations that include credit card and cash acceptance. The Contractor shall operate PARCS in whole, including but not limited to processing merchant ID forms, providing the merchant ID and restocking the stations with additional bills as necessary. When the stations require cash pickup, the Contractor’s third party vendor will pick up the cash on behalf of SASI.

4. Deposit of Gross Revenue: The Contractor shall daily, by 9:00 A.M., deposit all electronically collected funds the previous day in an account of and to the credit of SASI, or in such other depository as directed in writing by SASI, in accordance with the Parking Procedure Manual. The Contractor shall deposit cash revenue through its third-party vendor at a frequency as determined by SASI in an account of and to credit of SASI, based upon the amount of cash collected. SASI shall be deemed to be in possession of the deposited funds only when SASI has received the funds or duplicate deposit slip and all bank advices pertaining to such deposit on a daily basis, properly validated or certified by a cashier or officer of the depository bank of SASI.

5. The Contractor shall deliver all advices and documents pertaining, but not limited, to counterfeit money,

dishonored checks, and deposit corrections, to SASI immediately upon receipt.

6. Accounting and financial adjustments to monthly card accounts and validation billing accounts shall not be made without obtaining the prior approval of SASI.

7. Customer Service Enhancements and Amenities: Contractor must operate the Parking Garage at the level

of service determined appropriate by SASI.

8. The Contractor shall implement and maintain an ongoing safety program for all employees.

3.4 REPORTING

The Contractor shall comply with the following:

1. Annual Budget: The Contractor shall provide an annual budget to SASI for information purposes only by June 1 of each year.

a. Capital Expenditures: On an annual basis, the Contractor must submit to SASI requests and

recommendations regarding maintenance items that may require capital expenditures such as resurfacing of pavement, structural repairs, major painting projects and/or major equipment replacement.

i. The Contractor must review major maintenance requirements quarterly and prepare a

quarterly report detailing the completion of such a review. This quarterly report will include recommendations from the Contractor regarding maintenance projects beyond the routine operating budget. SASI will review these recommendations and approve them at the SASI’s discretion.

2. Documented Revenue Controls and Revenue Enhancements: The Contractor must maintain the

minimum revenue controls and procedures set forth herein. The Contractor shall create and maintain

Page 15: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

14

forms, policies, procedures, and objective performance benchmarks necessary to provide clear and concise “chain of custody” trails. At a minimum, documentation verifying the following procedures shall be required for the term of the Contract:

b. Revenue Reports

i. Transaction Reports: All daily activities.

ii. Daily Facility Summary: Master report of all daily transaction activities for facility including

listing of each daily transaction summarized by payment type.

iii. Daily Deposit Summary: Breakdown on cash bank deposits reconciled to daily transaction report, as well as, credit card transactions and reconciliations.

iv. Revenue Summary: Breakdown of revenue collected by month and by category of revenue

(i.e. Monthly, Event, Validation, etc.).

c. Ticket Controls

i. Ticket Inventory: Documenting tickets as they are purchased and placed in inventory.

ii. Ticket Reconciliation: Reconciling tickets issued to tickets collected by day and month. Contractor must explain what is an acceptable level of missing tickets and define their plan to prevent missing tickets in excess of the proposed level.

d. Validation Controls

i. Validation Inventory: Documents validations as they are purchased and placed into inventory

ii. Validation Coupon Logs: Tracks issuance and sale of validation coupon books

iii. Validation Coupon Reconciliation: Reconciles coupon books sold to revenue by month

e. Additional control reports, procedures, policies or other recommended systems to enhance the

revenue control process. Contractors are encouraged to provide performance measures, benchmarks, acceptable levels or other methods for verifying the effectiveness of the required and proposed revenue controls.

Page 16: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

15

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# 20180201 Request for Proposal For Atlantic City Parking Garage Operator, Management and Maintenance] 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 17: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

16

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 Price as defined in RFP Section 2.1. 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; and

Page 18: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

17

c. Bidders must provide a written response to each section of Exhibit B.

Page 19: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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: Service Provider 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)/$3,000,000 aggregate, including products/completed operations and contractual liability insurance; and umbrella/excess liability insurance with minimum limits of $5,000,000 per occurrence and $5,000,000 general aggregate.

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

Page 20: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

19

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

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 $1,000,000 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

Page 21: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

20

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 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.

Page 22: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

21

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. 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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

TIER STANDARD ADA CAR ADA VAN COMPACT TOTAL

1ST 34 7 5 0 46

2ND 118 2 0 4 124

3RD 137 2 0 4 143

4TH 137 2 0 4 143

5TH 137 2 0 4 143

6TH 130 4 0 4 138

7TH 123 3 0 2 128

TOTAL 816 22 5 22 865

1ST 2ND 3RD 4TH 5TH 6TH 7TH TOTAL

Public Parking 46 0 0 0 0 0 0 46

Roosevelt (TBD) 5

Enclave 0 25 0 0 0 0 0 25

South Jersey Gas 1 0 0 0 0 72 127 200

AtlantiCare 0 15 0 0 0 0 0 15

Stockton University 6 84 143 143 143 66 1 571

Follett (TBD) 3

TOTAL 46 124 143 143 143 138 128 865

Page 27: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendStockton Maintenance VehiclesSouth Jersey GasRoosevelt Condo (TBD)Spaces Open to Public

Page 28: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendEnclave/FollettAtlantiCareStockton Residents

Page 29: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendStockton Residents

Page 30: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendStockton Residents

Page 31: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendStockton Residents

Page 32: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendSouth Jersey GasStockton Residents

Page 33: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

LegendSouth Jersey GasStockton Maintenance Vehicle

Page 34: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 and the number of employees your firm employs.

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

3. 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.

4. 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.

5. Provide the qualifications of the Bidder’s management, supervisory, and key personnel assigned to the Contract. Provide resumes for all supervisory staff that will be on site managing the garage operations, including the proposed Facility Manager and proposed Backup Facility Manager.

6. Provide a supervisory workflow chart of staff to be assigned to this Contract. 7. Facility Manager and Backup Facility Manager: Provide certification as competent to perform the

duties required by the position and possess the required attributes outlined in RFP Section 3.2. 8. Staffing Levels: Submit the number and types of employees proposed for this project and their wages. 9. What is your projected operating cost to manage this parking garage 24/7/365? 10. Provide an explanation of the type of revenue controls that will be implemented by your firm to ensure

gross parking receipts are maximized. 11. Provide a description of how your firm will document and control “no-charge”, validated or exception

transactions. 12. What PARC systems is your firm familiar with? 13. What is your firm’s procedures for cash management of the PARC system? 14. What is your firm’s procedures for credit card management of the PARC system? 15. What is your firm’s procedure for handling incidents of theft? 16. What rates would your firm propose for public parking? 17. List what parking garage services your firm provides. 18. What outside vendors does your firm work with? 19. Provide information on your firm’s current safety, training and drug testing programs. 20. Provide your firm’s training model and experience in training equipment monitor/maintenance work or

workers. 21. Provide a detailed narrative explaining your firm’s approach to customer service including measures by

which customer service levels will be evaluated, recommendations for amenities and/or other customer service enhancements and expected levels of customer service based on proposed measures and recommendations.

22. Reporting: Provide examples of the reports identified in RFP Section 3.4.

Page 35: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

EXHIBIT C - SASI BID DOCUMENT CHECKLIST

A. Required with Submission of Bid Proposal:

x Price Sheet – Attachment A

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 36: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 37: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 38: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 39: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 40: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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 41: STATE OF NEW JERSEY - Stockton Universityintraweb.stockton.edu/eyos/sasi/SASI Bid 20180201.pdf · 1.2 PREVAILING WAGE ACT -The New Jersey Prevailing Wage Act P.L. 1986. Chapter 150,

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