Janitorial Services at the Atlantic City International Airport Addendum 1
1 2405367.v1
Addendum 1 June 3, 2015
South Jersey Transportation Authority Request for Proposal
Janitorial Services at the Atlantic City International Airport
NOTICE This Addendum is considered part of the above-reference Request for Bids and must be acknowledged with your Bid Submission. Please continue to check the Authority’s website at www.sjta.com on a regular basis for any additional addenda that may be posted related to this Bid.
The following pages contain:
A. Minutes from Mandatory Pre-Bid Meeting held on May 20, 2015
B. Formally Submitted Questions and SJTA’s Responses
C. Attachments
1. Pre-Bid Meeting Sign In Sheet
2. Revised Instructions to Bidders
3. Sample Airline Schedule
4. Airport Statistical Data
5. AvPorts Airport Management Agreement
D. Acknowledgement Receipt
A. Mandatory Pre-Bid Meeting Minutes. The mandatory pre-bid meeting was conducted on May 20, 2015, at 1:00 P.M., at the Atlantic City International Airport Conference Room. Minutes of the Pre-Bid Meeting follow. The Minutes include questions asked at the Pre-Bid Meeting. The sign-in sheet for the Pre-Bid Meeting is included as an Attachment to Addendum No. 1. The following individuals attended:
Name Representing Phone Number
Dennis Giblin Able Services 646-438-3343
Patrick Papa Pritchard Industries Inc. 973-301-4010
Michael Cassano Clean Tech Services 215-829-4465
Vincent Desiderio Clean Tech Services 215-829-4465
Laura Shortway Manhattan Maintenance 973-227-3320
Sharon Morgan S&B Organic 856-986-5655
Ron Morgan S&B Organic 215-359-5693
Janitorial Services at the Atlantic City International Airport Addendum 1
2 2405367.v1
Melissa Zagorac DFS 773-582-1022
Allen Dishman DFS 773-582-1022
Alex Woldu NSC Inc. 703-898-5535
Marsha Stern AvPorts 609-573-4745
Catherine Cramor AvPorts 609-573-4704
Erin Fazio ABM 302-362-5804
Aliyah Scott Modern Facilities Services 973-599-9393
Hugo Benvonuto Modern Facilities Services 973-599-9393
Tom Bartlett AvPorts 845-838-8225
Michael Ritz AvPorts 609-573-4711
John Marcelline Paramount Bldg. Solutions 480-348-1177
Bryan Goodman Service Management Sys. 615-399-1839
Oscar Castro Maverick Building Services 201-939-2611
Ron Price National Service Contractors 202-610-7344
John Lindstrom S&B Organic 215-634-7849
Dorthy Sepulveda JCM Business 516-826-6644
Denise Flannery JCM Business 215-801-1955
Magdalena Goda TUCS Services 215-413-3510
Carlos Gutierrez All Clean Building Services 609-695-1010
Harry Geety ABM 267-449-5203
Joel Grossbarth Cleaning Services of Hudson Valley, Inc.
845-274-6861
Darleen Adamo SJTA 609-965-6060
Tim Kroll SJTA-ACY 609-573-4710
Peggy Andermanis SJTA-ACY 609-573-4710
Doris McClinton SJTA 609-344-4149
Fran Johnson SJTA 609-344-4149
Mike Bent SJTA-ACY 609-645-7895
Greg Brandley SJTA-ACY 609-641-7895
Scott Marsh ACY-PANYNJ 609-573-4826
Dana Heffernan AECOM 215-789-2112
The purpose of this meeting was to discuss the Request for Bid for the Janitorial Services contract with prospective bidders. The following items were discussed during the meeting: I. Introductions & Notice to Bidders
A. Dana Heffernan gave the opening remarks. II. Scope of Work
A. Dana Heffernan discussed the scope of work associated with this contract. This is a
three (3) year contract for Janitorial Services for the buildings located at the Atlantic City International Airport. The buildings serviced under this contract are as follows:
The Terminal Building
The Airfield Rescue and Fire Fighting Station (ARFF)
Janitorial Services at the Atlantic City International Airport Addendum 1
3 2405367.v1
The Snow Equipment Building (SEB)
The Parking Garage
The New Jersey State Police Trailer
The services in this contract include, but are not limited to, the following:
Routine Tasks: lavatory cleaning, dusting, floor care (sweeping, mopping, vacuuming), maintaining trash and recycle bins, cleaning of glass doors and windows
Periodic Tasks: carpet extraction, polishing terrazzo, waxing resilient tile
III. General Information
A. Dana Heffernan reviewed the following items:
1. Bid Security – (NTB and Page P-5) This is mandatory. The bid security shall be 10% of the contract fee not to Exceed $20,000 in the form of Bid Bond, Certified Check or Cashier’s Check.
2. Consent of Surety is required from all bidders and can be found on Page
P-6. All bidders must file one. 3. Bids are due Friday, June 12, 2015 @ 10:00 A.M., at the SJTA
Administration Building located at Farley Service Plaza. 4. Bid Proposal Section is Pages P-1 through P-47.
5. Proposal Checklist - Pages P-1 & P-2, for mandatory and non-mandatory
forms. 6. Subcontractor Declaration is Page P-9.
7. Bid Forms – Pages P-11 through P-15.
a. The Authority, according to law, reserves the right to award the
Bid based on the funding allotted for this project. There is no guarantee that the Authority will award this bid in any form and in submitting a bid, the bidder agrees to this understanding.
8. Experience Questionnaire – Pages P-18 through P-20 – must be
completed and submitted with the bid package.
9. Resumes for Supervisory Staff - must be submitted in the bid package.
Janitorial Services at the Atlantic City International Airport Addendum 1
4 2405367.v1
10. Contractor Quality Control Plan – must be submitted in the bid package.
11. Contractor Health and Safety Plan – must be submitted in the bid package.
12. Contract Insurance Requirements – GC-32 through GC-37 and Insurance
Acknowledgement Form – Page P-40.
13. Required Prevailing Wage Acknowledgement for Building Services –
Page P-24. This contract will use the prevailing wages for Building Services in the State of New Jersey. Please be sure to check the current rates for Building Services before bidding.
B. Darleen Adamo, SJTA Purchasing, discussed the following items:
1. Business Registration Certification, Department of Treasury, Division of Revenue, Pages P-25 & P-26. Bidders must show proof of valid business registration. If you are not already registered, there is a telephone number so that you can contact the Division. There is also a sample of a business registration certificate included in your Bid Documents. Please note new web address: http://www.nj.gov/treasury/revenue/busregcert.shtml
2. Ownership Disclosure and Two Year Certification & Disclosure of Political
Contributions, Pages P-29 through P-36. These forms must be submitted with the bid.
3. Vendor Disclosure Form – Executive Order 129. Needed to identify
subcontractors, on Page P-37.
4. Disclosure/Certification of Investment Activities in Iran is required and can be found on Pages P-41 through P-43.
5. Questions.
Any questions about the Bid Proposal sections and forms (yellow sections
only) can be made orally to the Purchasing Department, up to the bid date to Patricia Yip at phone number 609-965-6060 ext. 229 or Darleen Adamo at phone number 609-965-6060 ext. 232 or Sarah Steinhaus, 609-965-6060 ext. 260. These questions do not have to be submitted in writing.
All questions about the meaning or intent of the Bid and Contract documents (technical questions) must be submitted in writing to the Authority’s Purchasing Department via fax to 609-965-7315 or emailed to [email protected]. Oral and other interpretations or clarifications will be without legal effect. When submitting a question or request for clarification, the subject line of the email must contain the word “Question” followed by the title of the Bid or RFP.
Janitorial Services at the Atlantic City International Airport Addendum 1
5 2405367.v1
Deadline for receipt of Questions, Wednesday, May 27, 2015 at 4:00
P.M.
6. Addenda
Notice of Addenda will be issued and posted on the Authority’s website at www.sjta.com, under “Bids & Contracts”. There are no designated dates for release of addenda. Addenda can be issued up to the time of bid. Therefore, interested bidders should check the Authority’s website on a daily basis from the time of the RFP issuance through the proposal due date. It is the sole responsibility of the bidder to be knowledgeable of all addenda related to this procurement. The bidder is also responsible for acknowledging receipt of addenda by signing and returning via fax to the Purchasing Department at (609) 965-7315 and by filling out and submitting the Acknowledgement of Receipt of Addenda Form (Page P-10) with the bid. Failure to acknowledge an addendum is cause for disqualification of the bid.
C. Dana Heffernan discussed the following items:
1. The following are the anticipated dates for the award and notice to proceed for this contract:
Board Approval – Anticipated at the SJTA’s scheduled July 15, 2014 Board Meeting.
Governor’s Veto Period will occur after the award and runs approximately 15 calendar days from receipt of the Board Meeting minutes.
Estimated Notice to Proceed – August 2015. Standard payment application and requirements will be provided at the preconstruction meeting.
D. Affirmative Action: Doris McClinton, Affirmative Action Officer for the SJTA
discussed the following affirmative action issues. Contractor should review and become familiar with the following items:
Affirmative Action Evidence for Procurement Form, Page P-17.
Mandatory Equal Employment Opportunity “Exhibit A” Language, Pages P-3 & P-4. Must be submitted with bid.
AA302 forms must be submitted, once the contract is awarded and prior to the start of work, to SJTA’s Affirmative Action Officer, as listed below.
Doris McClinton, A.A. Officer
South Jersey Transportation Authority 25 South New York Avenue
Atlantic City, NJ 08401 (609) 344-4149 ext. 428
E. Dana Heffernan discussed the following General Condition items.
1. If you do travel the Atlantic City Expressway for accessing the project, there are no free tolls. Contractors are to pay all tolls.
Janitorial Services at the Atlantic City International Airport Addendum 1
6 2405367.v1
2. All of the contractor’s employees working at the Airport are required to have an ID badge issued by the Atlantic City International Airport. The cost is $50 per person, the cost is incurred by the contractor, lead time is approximately two-four weeks and information can be found in the project specifications.
3. Addendum No. 1 will be issued following this meeting that includes the minutes from the Pre-Proposal meeting, the sign-in sheet and any answers to submitted questions, if applicable. Please note that the bidder must also download and acknowledge Addendum No. 1 as well as any other addendum that may be issued for this bid.
IV. Questions posed at the Pre-Proposal Meeting.
Q1. Does the SJTA provide an office on site with phone and internet service for the contractor?
A1. Please officially submit the question. There is an office provided in the Terminal Building.
Q2. Who provides the supplies, equipment and vehicles? A2. The SJTA provides all supplies, equipment and vehicles.
Q3. Who pays for the security badges? A3. The contractor is responsible for all costs associated with the badging process for
each employee.
Q4. If you do not have subcontractors is the Payment Bond still required? A4. Please officially submit this question.
Q5. Which liability insurances are required for this contract? A5. Please officially submit this question.
Q6. Who determines when broken equipment can no longer be repaired and
needs to be replaced? A6. Please officially submit this question.
Q7. Who provides safety signs and equipment? A7. The SJTA provides the safety signs and equipment.
B. FORMALLY SUBMITTED QUESTIONS AND SJTA’S RESPONSES
1Q. Who is the incumbent contractor and how long have they been providing
their services? 1A. AvPorts is the incumbent contractor and their existing contract commenced on
July 1, 2008.
2Q. What is the current contracted monthly price and yearly price? 2A. The existing Janitorial services contract was part of a bundled contract that didn’t
breakout costs for such services individually.
Janitorial Services at the Atlantic City International Airport Addendum 1
7 2405367.v1
3Q. Can you provide us with the bid tab sheet from the last bid opening? 3A. The previous contract was procured under an RFP, not with Bid Documents.
Therefore, there is no previous bid tab sheet.
4Q. Is it possible to get the current supply usages from the current contractor? 4A. It is not possible. 5Q. Is the scope/size of this bid identical with the current contract? Have there
been any changes from the previously awarded contract to current request for bid?
5A. This contract is not structured in the same manner as the current contract. 6Q. Who is the incumbent firm for this contract? 6A. AvPorts is the incumbent firm for Janitorial Services at ACY.
7Q. What is the value of that contract? 7A. The existing Janitorial services contract was part of a bundled contract that didn’t
breakout costs for such services individually. 8Q. Does the SJTA supply contractor with office phone and internet access? 8A. Yes. 9Q. Cleanable square footage of the Airfield Rescue and Fire Fighting Building
(ARFF)? 9A. The cleanable square footage in the ARFF is approximately 4,380 square feet. 10Q. Is it possible to see AvPorts current contract, showing staffing, etc.? 10A. Attached is AvPorts contract. Please keep in mind that this procurement for
janitorial services is different from the current contract with AvPorts. 11Q. Who will be responsible for the maintenance of the existing equipment? 11A. The contractor shall identify vendors to repair equipment and submit the
information to the Airport Management and Operations Contractor who will procure the repair in accordance with SJTA purchasing policies. The SJTA will pay for the repairs.
12Q. Is there a specific staff requirement? 12A. The contractor needs to staff the facilities appropriately in order to accomplish
the required tasks within the required time frames as specified in the bid. 13Q. What are the hours of Operations? 13A. The airport terminal is open 24 hours a day/seven days a week. Flights generally
operate from 0600 to 0000 hours. 14Q. What is the peak time at the airport? 14A. It varies based on the time of the year and which airlines are operating out of
ACY. 15Q. Is there a flight schedule that can be provided? 15A. Yes, see attached sample schedule from June 1, 2015.
Janitorial Services at the Atlantic City International Airport Addendum 1
8 2405367.v1
16Q. Will there be 24 hours/7 days a week coverage required? 16A. Coverage should be based on completing the tasks and frequencies of such
tasks as outlined in the bid documents. 17Q. Is the value of the Performance Bond and Payment Bond to be the total
three year value of the Contract Price or an annual value of the Contract Price?
17A. The value of the bond(s) shall be for the Total Estimated Three (3) Year Contract Price.
18Q. If you have no subcontractors, are you still required to provide a Payment
Bond? 18A. No. 19Q. Does the contract require Professional Liability Insurance? Pollution
Liability Insurance? Watercraft and Aircraft Liability? Crime? Privacy Liability? Owned, Leased, Rented or Borrowed Equipment?
19A. To clarify the insurance requirements identified above, the following shall apply: Professional Liability – No; Pollution Liability – Yes, as specified in Insurance Requirements; Watercraft & Aircraft Liability – No; Crime – Yes, as specified in Insurance Requirements; Privacy – No; Owned, Leased, Rented or Borrowed Equipment – Yes, $250,000 per Claim / $250,000 Aggregate. All other insurance requirements specified on pages GC 32-GC37 remain unchanged.
20Q. Is there a union at this time performing work and if so, what union is it? 20A. Yes, Local 68 Operating Engineers. 21Q. Do you anticipate or is the current cleaning company required to add
seasonal staffing during busy times? 21A. The contractor needs to staff the facilities appropriately in order to accomplish
the required tasks within the required time frames. 22Q. Are there any areas that have time restriction on when they can be
cleaned? 22A. Yes you cannot impede the operations of the airport.
23Q. What was the total contract value for janitorial services only 2014-2015? 23A. The existing Janitorial services contract was part of a bundled contract that didn’t
breakout costs for such services individually. 24Q. Is AvPorts in a CBA at the airport under this contract? If so, please provide
a copy of the CBA. 24A. Yes, please contact the union if you would like a copy of the CBA.
Janitorial Services at the Atlantic City International Airport Addendum 1
9 2405367.v1
25Q. Please provide the total square footage to be cleaned within the contract. 25A. The total square footage to be cleaned within this contract is approximately
140,000 square feet. Please note that different areas within this contract require different levels of cleaning as stated in Attachments C and D of the bid.
26Q. Who is responsible for the maintenance and repair of the equipment – that the SJTA is providing, this is to include the vehicles as well?
26A. The contractor shall identify vendors to repair equipment and submit the information to the Airport Management and Operations Contractor who will procure the repair in accordance with SJTA purchasing policies. The SJTA will pay for the repairs.
27Q. Please clarify that we are only obligated to pay the prevailing wage rate that
is in effect at the time the proposal is submitted. 27A. Please see enclosed link for information on the New Jersey State Building
Service Contracts Act, N.J.S.A. 34:11-56.58, et seq.: http://lwd.dol.state.nj.us/labor/wagehour/wagerate/state_bldg_svc_wage_determi
nation.html.
Please be advised that you are responsible to pay the increases to the prevailing wage rate, if there are any, during the future years of your contract. Annual adjustments to prevailing wages for building services shall be made by the contractor on the anniversary date of the effective date of this contract.
The Contractor may apply to the Authority, on the anniversary of the effective date of the contract, for a contract price increase. The contract price increase will be available only for an increase in the prevailing wages of trades and occupations covered under this contract during the prior year. The Contractor must substantiate with documentation the need for the increase and submit it to the Authority for review and determination of the amount, if any, of the requested increase, which shall be available for the upcoming contract year. No retroactive increases will be approved by the Authority. See Attachment 2, Revised Instructions to Bidders, Item 9.
28Q. Is there a CBA with the current contract? If so please provide the CBA
contract. 28A. Yes, please contact the union if you would like a copy of the CBA.
29Q. Is first right of refusal to current workers required if there is not a CBA? If the answer to this is yes, we will need a seniority list.
29A. There is a CBA in place with the existing vendor.
30Q. If the answer to the CBA is yes – we will need a seniority list. 30A. You are free to contact the union.
31Q. Will you provide the age and condition of the equipment as well as the vehicles?
31A. The equipment as well as vehicles available to the contractor are listed on Attachment B and page GC-24 of the bid.
Janitorial Services at the Atlantic City International Airport Addendum 1
10 2405367.v1
32Q. What is the average traffic at the airport? 32A. See attached - Airport Statistical Data
33Q. What is the cleanable square footage? 33A. See the answer to Question #25.
34Q. What is the population of staff at SJTA? 34A. 370 full and part time employees.
35Q. What are the peak travel times for the airport? 35A. It varies based on the time of the year and which airlines are operating out of
ACY.
36Q. What is the total # of restrooms to be serviced? 36A. See Attachment D of the bid as it lists all restrooms to be cleaned in this contract. 37Q. What is the cost for background checks and badges?
37A. As stated in Attachment F, the cost for each badge is $50.
38Q. What is the current cost for janitorial services? 38A. The existing Janitorial services contract was part of a bundled contract that didn’t
breakout costs for such services individually.
C. ATTACHMENTS:
1. Pre-Bid Meeting Sign In Sheet
2. Revised Instructions to Bidders
3. Sample Airline Schedule
4. Airport Statistical Data
5. AvPorts Airport Management Agreement
Janitorial Services at the Atlantic City International Airport Addendum 1
11 2405367.v1
D. ACKNOWLEDGMENT RECEIPT Please acknowledge receipt of this addendum no later than Wednesday, June 10, 2015 at 4:00 P.M. by return fax of this page only to:
Attn: Purchasing Division South Jersey Transportation Authority Fax: 609-965-7315 Phone: 609-965-6060
FAILURE TO RETURN THIS ACKNOWLEDGEMENT MAY BE CAUSE FOR REJECTION OF YOUR FIRM’S PROPOSAL. We acknowledge receipt of Addendum No. 1. Signature_______________________________________ Name (print)____________________________________ Title___________________________________________ Company_______________________________________ Date___________________________________________
ITB - Revised 6/2/15 2405368.v1
REVISED INSTRUCTIONS TO BIDDERS
1. INVITATION TO BID: Bids submitted for Atlantic City International Airport - Airport Janitorial
Services for the South Jersey Transportation Authority (hereinafter referred to as the “Authority”),
shall be completed and executed by the bidder and must be returned in a sealed envelope with the
name of the bidder and the title of the project inscribed on the outside of the envelope.
Location of Work: Atlantic City International Airport, Egg Harbor Township, NJ
Scope of Work: The work to be completed under this project includes but is not limited to:
General Cleaning of SJTA Facilities – vacuuming carpets, sweeping terrazzo and vinyl floors,
emptying and maintaining trash bins, washing windows, washing glass doors, dusting public
seating, and cleaning lavatories. Periodic detailed cleaning such as polishing of terrazzo floors cleaning and waxing of resilient tile and shampooing of carpets is also required.
A MANDATORY PRE-BID/FACILITY INSPECTION MEETING has been established for
this project, with the date, time, and place to follow
Date: Wednesday, May 20, 2015
Time: 1:00 P.M.
Place: Atlantic City International Airport
SJTA Administrative Office - Conference Room
Egg Harbor Township, New Jersey 08234
Bids received from parties that do not attend the mandatory pre-bid/facility inspection meeting
will be deemed unresponsive and returned unopened.
2. UNIT PRICES AND EXTENSIONS: Where applicable, bidders shall state on such form a unit
price (written in numbers and words) for each item bid, and such unit prices shall be extended
and extensions added to produce a total bid price. For the purpose of the comparison of bids
received, they are re-tabulated by the Authority. The total re-tabulated by the Authority will
prevail.
Please Note: Bid Form and Bid Total Certification Form must contain two certifying
signatures from two representatives of the company. In the event of a Sole Proprietorship or
one Member Corporation, the Bid Form and Bid Total Certification Form must be notarized
in place of a second signature.
3. LOCATION(S) SERVICES REQUIRED: Atlantic City International Airport, Airport SJTA
Facilities
4. EXPECTED DATE OF COMMENCEMENT OF CONTRACT: October 1, 2015
5. CONTRACT TYPE: Lump sum and unit price
6. DURATION OF CONTRACT: Three (3) years, expiring on or about October 1, 2018.
A. The initial term of this Contract (hereinafter called the "Base Term") shall commence on or
about the date specified above, on the specific date set forth in the Authority’s written
ITB - Revised 6/2/15 2405368.v1
notice of bid acceptance, and unless otherwise terminated, revoked or extended in
accordance with the provisions hereof, shall expire (Expiration Date) as estimated above.
B. The Authority shall have the right to extend this Contract for additional period(s)
(hereinafter referred to as the "Option Period(s)") following the Expiration Date, upon the
same terms and conditions subject only to adjustments of charges, if applicable to this
Contract, as may be hereinafter provided in the paragraph entitled "Price Adjustments
during Option Periods". If the Authority shall elect to exercise the Option(s) to extend this
Contract, then, no later than thirty (30) days prior to the Expiration Date, the Authority
shall send a notice that it is extending the Base Term of this Contract, and this Contract
shall thereupon be extended for the applicable Option Period. If the Contract provides for
more than one Option Period, the same procedure shall apply with regard to extending the
term of this Contract for succeeding Option Periods.
7. OPTION PERIOD(S): There shall be two one year option periods.
8. PRICE ADJUSTMENT DURING OPTION PERIOD(S): All Contract prices submitted by the
Contractor and agreed to by the Authority, shall be applicable to the three (3) years of the Base
Term. For the Option Period(s) that are applicable to this Contract and are exercised hereunder, the
Authority shall adjust the compensation due to the Contractor utilizing the Consumer Price Index
for All Urban Consumers (CPI-U): Philadelphia-Wilmington-Atlantic City, Pa.-N.J.-Del.-Md.,
(1982-84=100 unless otherwise noted) (not seasonally adjusted), published by the Bureau of Labor
Statistics of the United States Department of Labor (hereinafter called the "Price Index").
For the first year of the Option Period of the Contract, the Price Index shall be determined for the
months of December 2016 and December 2017. The amounts payable to the Contractor in the final
year of the Base Term shall be multiplied by a fraction the numerator of which is the Price Index
for December 2017 and the denominator of which is the Price Index for December 2016. The
resulting product shall be the amounts payable to the Contractor in the first year of the Option
Period.
For the second year of the Option Period of the Contract, the Price Index shall be determined for
the months of December 2017 and December 2018. The amounts payable to the Contractor in the
first Option Period shall be multiplied by a fraction the numerator of which is the Price Index for
December 2018 and the denominator of which is the Price Index for December 2017. The resulting
product shall be the amounts payable to the Contractor in the second year of the Option Period.
In the event the amounts payable to the Contractor as set forth on the Contractor's Pricing Sheet(s),
as applicable shall be adjusted hereunder, then, simultaneously with such adjustment, the Average
Hourly Direct Wages and Benefits provided to employees under this contract shall also be
adjusted by multiplying said amounts, by the same fraction set forth in the applicable paragraph
above, which was used to adjust the amounts payable to the Contractor in the corresponding year
in the Base Term or Option Period, as applicable, and thereafter such adjusted Employee payments
shall be in effect and payable as though set forth in this Contract. The Contractor shall provide
evidence to the Authority of this employee payment adjustment in effect during such coming
option period.
In the event that the Price Index is not available for any specified month as herein above set forth
within the time set forth for payment, such Price Index for the last month then published shall be
ITB - Revised 6/2/15 2405368.v1
used to constitute the Price Index. In the event that adjustment is calculated to be zero or negative,
the effective adjustment shall be zero for that period with respect to the Average Hourly Wages
and Benefits required herein. Nothing herein shall prevent a contractor from raising wages or
increasing benefits at its own discretion.
In the event of a change in the basis for the computation of the said Price Index or the
discontinuance of its publication, such other appropriate index shall be substituted as may be
agreed upon by the Authority and the Contractor as properly reflecting changes in the value of the
current United States money in a manner similar to that established in the said Price Index. In the
event of the failure of the parties to so agree, the Authority may select and use such index, as it
seems appropriate. Notwithstanding the provisions of this section, in no event shall any adjustment
hereunder be greater than three (3%) per annum.
9. NEW JERSEY STATE BUILDING SERVICE CONTRACTS ACT (N.J.S.A. 34:11-56.58 et
seq.): It is the public policy of the State of New Jersey to establish prevailing wage levels for the
employees of contractors and subcontractors furnishing building services (as defined in N.J.A.C.
34:11-56.58) for any property or premises owned or leased by the State. Attachment G provides a
copy of the most recent prevailing wage rate determinations as of July 25, 2014. Workers
employed in the performance of this contract shall be paid not less than the applicable prevailing
wages for New Jersey State Building Services. If any worker employed or engaged by the
contractor to furnish building services under this contract is paid less than the prevailing wages
required by this contract, the State Treasurer may terminate the contractor’s right to proceed with
the work and the contractor and its sureties shall be liable to the State for any excess cost
occasioned by the termination.
A. Annual adjustments to prevailing wages for building services shall be made by the
contractor on the anniversary date of the effective date of this contract.
B. The Contractor may apply to the Authority, on the anniversary of the effective date
of the contract, for a contract price increase. The contract price increase will be available
only for an increase in the prevailing wages of trades and occupations covered under this
contract during the prior year. The Contractor must substantiate with documentation the
need for the increase and submit it to the Authority for review and determination of the
amount, if any, of the requested increase, which shall be available for the upcoming
contract year. No retroactive increases will be approved by the Authority.
C. The Contractor shall keep an accurate record showing the name, classification, and
actual hourly rate of wages, daily and weekly hours worked and any hourly cost of benefits
paid to each worker to perform building services and shall preserve those records for two
years after the date of payment, for work performed under this contract. The contractor
shall also maintain certified payrolls covering the corresponding two-year period. A sample
of the payroll certification form is available at:
http://www.state.nj.us/labor/lsse/forms/payrollcert.pdf.
10. PORT AUTHORITY OF NY & NJ: The SJTA entered into a management services agreement
with the Port Authority of New York and New Jersey on July 1, 2013. The agreement with the
Port Authority expires on June 30, 2028. The Port Authority of New York and New Jersey has
undertaken certain responsibilities at ACY through its Management Agreement dated July 1, 2013
(See Attachment E). The successful bidder will be required to work as part of a team with other
service providers, SJTA staff and the Port Authority of New York and New Jersey.
ITB - Revised 6/2/15 2405368.v1
11. BID DISCREPANCIES: When evaluating bids the following shall apply:
Discrepancies between words and figures will be resolved in favor of words.
Discrepancies between unit prices and totals of unit prices will be resolved in favor of the
unit prices.
Discrepancies in the multiplication of units of work and unit prices will be resolved in the
favor of the unit prices.
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.
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.
Discrepancy where a unit price is bid for a Pay Item, but no extension is provided, the
Authority will provide the extension based on the unit price bid and the estimated quantity
for that Pay Item.
Discrepancy where an extension is provided by the Bidder in the "Item Total" column, but
no unit price appears in the "Unit Price" column of the Proposal Form, the Authority will
provide the unit price by dividing the "Item Total" figure provided by the Bidder by the
estimated quantity.
12. BRAND NAMES: Any reference to brand names and/or descriptions used in this bid are to
acquaint bidders with the type of commodity desired and will be used as a standard by which
alternate or competitive materials offered will be judged. Competitive items must be equal to the
standard described and be of the same reputation for quality and workmanship. Variations between
materials described and materials offered are to be fully explained by the bidder. In the absence of
any changes by the bidder, it will be presumed and required that materials, as described in these
specifications, shall be delivered.
13. BID SECURITY OR GUARANTEE: Each bid submitted must be accompanied by a bid security
or guarantee in the form of a bid bond, certified check, or cashier’s check in the amount of ten
percent (10%) of the total base bid price but not to exceed $20,000 dollars payable to the Authority
to be held as a guarantee that in the event a bid is accepted, a contract will be promptly executed,
acknowledged and accepted by the bidder, and in default thereof, said bid security in the amount
represented thereby shall be forfeited to the Authority as liquidated damages. Please be advised
that Consent of Surety is required with all Bid submissions. All bid guarantees except those of
the three (3) lowest responsible submitted bids shall be returned to bidders as soon as possible
upon award of the contract.
14. INSURANCE REQUIREMENTS: For complete, detailed insurance requirements, please refer to
the General Conditions Section, 69 General Insurance Requirements. The South Jersey
Transportation Authority and the Port Authority of New York & New Jersey is to be recognized as
an additional insured with respect to General Liability and Umbrella Excess Liability insurance.
The successful bidder must provide certificates of insurance satisfactory in form and content to the
Authority, prior to the award of any contract to the bidder
15. FAMILIARITY WITH BID SPECIFICATIONS: At the time of opening bids each bidder will
be presumed to have read and to be thoroughly familiar with the detailed specifications and
instructions to bidders. In addition the bidder must have attended the mandatory pre
bid/facility inspection meeting. Bids submitted by bidders who did not attend the pre-bid/facility
inspection meeting will be deemed unresponsive and returned unopened. The failure or omission
of any bidder to receive or examine any form, instrument or document or to familiarize itself with
ITB - Revised 6/2/15 2405368.v1
the specifications or, where applicable, with the site where delivery is to made shall in no way
relieve any bidder from any obligations in respect to its bid.
16. QUESTIONS OR REQUESTS FOR CLARIFICATION: All questions about the meaning or
intent of the Bid/Proposal and Contract documents, including these instructions or the
specifications, shall be submitted in writing to the Authority’s Purchasing Department. Any
questions or requests for clarification are to be emailed to [email protected].
a. **When submitting a question or request for clarification, the subject line of the
email must contain the word “Question” followed by the title of the Bid or RFP. **
b. Questions must be received by Wednesday, May 27, 2015 at 4:00 p.m. Only questions
answered by formal written addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
c. The preferred method of submitting questions or requests for clarification is via email,
however questions can also be submitted via fax to 609-965-7315, attention Purchasing
Department.
17. ISSUANCE OF ADDENDA: Responses to all questions of substantive nature will be answered in
the form of an addendum. The SJTA shall be the sole judge of the question’s viability. Any
informal explanation, clarification, or interpretation will not bind SJTA, oral or written, by
whoever made, that is not incorporated into an addendum.
a. Addenda will be issued and posted on the Authority’s website at www.sjta.com, under
“Bids & Contracts”. There are no designated dates for release of addenda. Therefore
interested proposers should check the Authority’s website on a daily basis from the
time of the Bid/RFP issuance through the Bid/Proposal due date. It is the sole
responsibility of the bidder/proposer to be knowledgeable of all addenda related to this
procurement. The bidder/proposer is also responsible for acknowledging receipt of
addenda by signing and returning via fax to the Purchasing Department at (609) 965-7315.
Additionally, the bidder/proposer must complete the “Acknowledgement of Receipt of
Addenda” form, which is included in this Bid/RFP as a required Checklist item. Failure to
acknowledge receipt of all addenda may render a bid/proposal as non-responsive.
b. A bidder’s/proposer’s failure to request a clarification, interpretation, correction or
amendment will preclude such bidder/proposer from, thereafter, claiming any ambiguity,
inconsistency or error.
ITB - Revised 6/2/15 2405368.v1
18. BID SUBMISSION: All bids submitted via United Parcel Service (UPS), Federal Express or
other carrier must be addressed to:
South Jersey Transportation Authority
Farley Service Plaza
Atlantic City Expressway, M.P. 21.3
Elwood, NJ 08217
Attn: Purchasing Department
Ph: 609-965-6060
Bids submitted via United States Postal Service (USPS) must be addressed to:
South Jersey Transportation Authority
Farley Service Plaza
P.O. Box 351
Hammonton, NJ 08037
Attn: Purchasing Department
Ph: 609-965-6060
Any other correspondence should also be addressed to P.O. Box 351, Hammonton, NJ 08037.
Please be advised that using Federal Express, UPS or any other overnight delivery service
does not guarantee next day deliveries to our location.
19. CHECKLIST: Each bidder shall complete the required bid documents indicated on the attached
Checklist, to the extent applicable, along with the Checklist itself. Failure to complete all
documents in the bid package may be grounds for rejection.
20. SIGNATURES: On all forms contained in the bid where the signature of the bidder is
required, only actual written signatures will be accepted, electronically signed documents
will be deemed unacceptable.
21. ASSIGNMENT: Each bid form submitted by a bidder must be signed by a company official in
order for it to be accepted by the Authority as a valid bid.
22. BID WITHDRAWAL: A bidder may withdraw any bid prior to the announced bid opening date
and time. Requests for withdrawal must be made in writing, addressed to an authorized officer of
the Authority and signed by an authorized officer of the vendor.
23. LATE BIDS: Bids received after the specified date and time of the bid opening shall be returned
to the bidder unopened.
24. TIE BIDS: In the event of “tie” bids for the commodity(s) herein specified, the South Jersey
Transportation Authority reserves the right to split the bid or award to one or more bidders.
25. SPLIT BIDS: The Authority will act to award this contract to one vendor for the lowest amount
that is advantageous to the Authority. Only if it is not advantageous to the Authority, then the
award may be split between one or more bidders.
26. BOARD RIGHTS: The Commissioners of the Authority reserve the right, in their discretion, to
reject any and all bids, to waive any informalities or irregularities in the bids received, and to
ITB - Revised 6/2/15 2405368.v1
accept any bid which is deemed most favorable to the Authority at the time and under the
conditions stipulated. Failure to observe the instructions set forth herein may be considered
grounds for rejection of any bid. The decision of the Commissioners shall be final and binding on
each bidder and no bidder shall have recourse from such decision.
27. AWARD OF CONTRACT: The Authority will act to award a contract to the successful bidder or
to reject all bids within ninety (90) calendar days after receipt of bids as prescribed by law unless a
time extension is obtained in accordance with Authority rules. At the time of the opening, the
three (3) lowest bids cannot be withdrawn for a period of ninety (90) calendar days, unless with
the express permission of the Authority.
28. TRANSFER OF INTEREST: No bidder shall assign its contract or transfer its interest therein to
any other person, firm or corporation without first securing the written consent of the
Commissioners of the Authority. Any such transfer or assignment without the prior written
consent of the Authority shall be invalid.
29. DISCRIMINATION: There shall be no discrimination against any employee who is employed in
the work covered by any contract resulting from this bid, or against any application for such
employment, because of age, race, creed, color, national origin, ancestry, marital status,
affectional or sexual orientation, gender identity or expression, disability, nationality or sex.
30. INVESTIGATION: The Authority may make such investigation as is necessary to determine the
ability of the bidder to perform under the contract. Each bidder shall furnish to the Authority such
information and data for this purpose as the Authority may request within five (5) days of any such
request. The Authority reserves the right to reject any bid if evidence submitted by, or
investigation of such bidder fails to satisfy the Authority that such bidder is properly qualified to
carry out the obligations of the contract and to complete the work therein contemplated. The
Authority reserves the right to request such financial data and previous experience, as it may deem
appropriate. Conditional bids will not be accepted. Bids that are incomplete, unbalanced or
obscure may be rejected at the Authority’s option.
31. TITLE/RISK OF LOSS: The title and risk of loss of the goods shall not pass to the
AUTHORITY until the AUTHORITY actually receives, takes possession and accepts the goods at
the point of delivery.
32. TERMINATION OF AGREEMENT: The Authority reserves the right to terminate this
agreement with ten (10) days written notice if the successful Bidder fails to perform in a manner
deemed acceptable to the Authority. Upon delivery of such notice by the Authority to the
successful Bidder, the successful Bidder shall discontinue all services in connection with the
performance of this agreement and shall proceed to cancel promptly all existing order and
contracts insofar as such order or contracts are chargeable to this agreement. The Authority may
also terminate the contract for the Contractor's failure to pay Expressway tolls (or other amounts
due) when due and owing, or for any other matter as authorized by law.
33. INDEMNITY: The successful bidder shall at all times observe and comply with all federal, state
and local laws, statutes, ordinances, regulations and codes, that in any manner affect the conduct
of the work and shall indemnify and hold harmless the Authority and all of its officers and agents
against any claim or liability arising out of the contract, or arising out of any violation of laws,
ordinances, statutes or regulations.
ITB - Revised 6/2/15 2405368.v1
34. PUBLIC FUNDS: No corporation or partnership 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 of any public funds, by the state, or any
county, municipality or school district or any subsidiary or agency of the state or of any county,
municipality or school district or by any authority, board or commission which exercises
governmental functions, unless prior to the receipt of the bid or said corporation or said
partnership, there is submitted a statement setting forth the names and addresses of all
stockholders in the corporation of all partners who own ten (10%) percent or more of the
corporation’s stock of any class or of all individual partners in the partnership who have ten (10%)
percent or greater interest therein, as the case may be. If one or more such stockholders or partner
is itself a corporation or partnership, the stockholders holding ten (10%) percent or more of that
corporation’s stock or the individual partners owning ten (10%) percent or greater interest in that
partnership, as the case may be, shall also be listed. The disclosure shall be continued until the
names and addresses of every non-corporate stockholder and individual partner exceeding the ten
(10%) percent ownership criteria established pursuant to P.L. 1977, Chapter 33 has been listed. If
the bidder is not a corporation or partnership, it should be so indicate on the disclosure statement.
35. AVAILABILITY OF FUNDS: The award of the contract will be made subject to the availability
of funds. The contract to be executed by the successful bidder will provide that it shall not
become effective until the necessary funds are available.
36. TOLLS: It is the policy of the South Jersey Transportation Authority not to offer toll free passage
on the Atlantic City Expressway for its vendors; New Jersey Title 19:2-6.2(a) (Subchapter 6.
Tolls).
37. AFFIRMATIVE ACTION: The successful bidder shall be required to submit Affirmative Action
documentation to the Authority within seven days after contract execution. If Affirmative Action
documents are not submitted timely, the bidder will be declared Non-Responsive and the contract
will be awarded to the next lowest responsive bidder.
38. DIVISION OF REVENUE REGISTRATION (NJ BRC): Pursuant to the terms of N.J.S.A. 52:
32-44, all bidders are required to submit proof of valid business registration issued by the Division
of Revenue, Department of the Treasury.
In addition, the successful bidder is required to obtain from any subcontractor a proof of valid
business registration with the Division of Revenue for its use for services under any construction
contract. Any contractor under this contract or any other contract with the South Jersey
Transportation Authority shall not enter into any subcontract unless the subcontractor first
provides proof of valid business registration. All questions regarding this requirement should be
referred to the Division of Revenue hotline at (609) 292-9292. Information for registering a
business with the New Jersey Division of Revenue can be obtained by visiting the following link:
http://www.state.nj.us/dca/lgs/lpcl/busregis/reg_&_proof.doc
39. PUBLIC LAW 2005, CHAPTER 51/EXECUTIVE ORDER 117: Public Law 2005, Chapter 51
(formerly Executive Order #134) and Executive Order 117 effective November 15, 2008, prohibit
state departments, agencies and authorities from entering into a contract that exceeds $17,500 with
an individual or entity that has made a political contribution to gubernatorial candidates or to any
state or county political party committee.
ITB - Revised 6/2/15 2405368.v1
Each bidder must complete the attached Ownership Disclosure Form. In addition, each
individual owning 10% or more of Ownership Interest as indicated on Ownership Disclosure
Form must complete a separate Certification and Disclosure Form.
Form DPPc51-C&D “Certification and Disclosure” must be completed and included with
this bid package.
40. SMALL BUSINESS SET-ASIDE: New Jersey’s Small Business Set-Aside Program obligates the
Authority to make 25% of all purchases for goods and services from small businesses. Firms
classified as a Small Business Enterprise must be registered with the New Jersey Department of
Commerce. Registration instructions can be obtained by visiting the State’s website:
http://www.state.nj.us/commerce/pdf/smvreg.pdf
The South Jersey Transportation Authority requests the following for informational purposes only.
This is not a Set-Aside bid; however, please indicate below (if applicable).
Our firm is certified/registered with the State of New Jersey Set-Aside Program.
Certification #__________________________
Check here
MBE (Minority Business Enterprise) _____
WBE (Women Business Enterprise) _____
SBE (Small Business Enterprise) _____
None of the Above _____
POLICY STATEMENT OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY
In accordance with Executive Order No. 84 signed by Governor James J. Florio on March 5, 1993
and Executive Order No. 71 signed by Governor James E. McGreevey on October 2, 2003, it is the
policy of the South Jersey Transportation Authority (the “Authority” or “SJTA”) that Small
Business Enterprises (“SBE”), as determined and defined by the New Jersey Commerce and
Economic Growth Commission (“Commerce Commission”) and the Department of the Treasury
(“Treasury”) in N.J.A.C. 12A:10-1 et seq. and N.J.A.C. 12A:10A-1 et seq., respectively, have the
opportunity to compete for and participate in the performance of contracts to the purchase of
goods and services and for construction services required by the Authority. The Authority further
requires that its contractors shall agree to take all necessary and responsible steps, in accordance
with the aforementioned regulations, to ensure that SBE’s have these opportunities.
In accordance with Executive Order 151 signed by Governor Jon S. Corzine, it is the policy of the
South Jersey Transportation Authority (SJTA) that small businesses (each a “small business
enterprise” or “SBE”), as determined and defined by the State of New Jersey, Division of Minority
and Women Business Development (“Division”) and the New Jersey Department of the Treasury
(“Treasury”) in N.J.A.C. 17”14 et seq. or other application regulation, should have the opportunity
to participate in SJTA Contracts.
ITB - Revised 6/2/15 2405368.v1
To the extent the Firm engages subcontractors or sub-consultants to perform Services for the SJTA
pursuant to this Contract, the Firm must demonstrate to the SJTA’s satisfaction that a good faith
effort was made to utilize subcontractor’s and sub-consultants who are registered with the
Division as SBEs.
Furthermore, the Reporting Agency shall be evaluated quarterly by the Division, based on its
attainment of the Participation Goals set forth in the State of New Jersey Construction Services
Disparity Study (October 2005) and the State of New Jersey Disparity Study of Procurement in
Professional Services, Other Services and Goods and Commodities (June, 2005). (These
participation goals are set forth below.)
Evidence of a “good faith effort” includes, but is not limited to:
1. The Firm shall request listings of SBEs from the Division (609) 292-2146 and/or the SJTA and
attempt to contact same.
2. The Firm shall keep specific records of its efforts, including records of all requests made to the
Division, the names of SBEs contacted, and the means and results of such contacts, including
without limitation receipts from certified mail and telephone records.
3. The Firm shall actively solicit and shall provide the SJTA with proof of solicitations of SBEs
for the provision of Services, including advertisements in general circulation media,
professional service publications and small business, minority-owned business or women-
owned business focus media.
4. The Firm shall provide evidence of efforts made to identify categories of Services capable of
being performed by SBEs.
5. The Firm shall provide all potential subcontractors and sub-consultants that the Firm has
contacted pursuant to 2 or 3 above with detailed information regarding the scope of work of
the subject contract.
6. The Firm shall provide evidence of efforts made to use the goods and/or services of available
community organizations, consultant groups, and local, State, and federal agencies that provide
assistance in the recruitment and placement of SBEs.
Furthermore, the Firm shall submit proof of its subcontractors’ and/or sub-consultants’ SBE
registrations on the form attached as Reference Document A, and shall complete such other forms
as may be required by the SJTA for State reporting as to participation.
Consistent with the findings of the State of New Jersey Construction Services Disparity Study
(October 2005) and the State of New Jersey Disparity Study of Procurement in Professional
Services, Other Services, and Goods and Commodities (June 13, 2005), each Reporting Agency
should aspire to allocate a portion of its total contracting dollars in accordance with the following
goals.
1. Construction Services Contracts/Subcontracts (including new construction and renovations,
except routine building maintenance; residential and non-residential building construction;
ITB - Revised 6/2/15 2405368.v1
heavy construction, such as streets, roads and bridges; and special trade construction, such as
fencing, HVAC, paving and electrical).
State Agencies/Authorities/Commissions
African Americans --6.3%
Asian Americans --4.34%
2. Professional Services (with the exception of those professional services deemed to be
construction-related, all services that are of a professional nature and requiring special
licensing, education degrees and/or very highly specialized expertise, including accounting and
financial services, advertising services, laboratory testing services; legal services; management
consulting services; technical services and training).
State Agencies/Authorities/Commissions/Colleges and Universities
African Americans --2.47%
Asian Americans -- 1.47%
Hispanics -- 1.1%
Native Americans -- 0.07%
Caucasian Females -- 3.74%
3. Other Services (any service that is labor-intensive and neither professional nor construction-
related, including, but not limited to equipment rental; janitorial and maintenance services;
landfill services; laundry and dry cleaning; maintenance and repairs; printing; real property
services; security services; special department supplies; subsidy, care and support;
telecommunications; and temporary help).
State Agencies/Authorities/Commissions/Colleges and Universities
African Americans -- 1.22%
Asian Americans -- 0.85%
Hispanics -- 0.67%
Native Americans -- 0.05%
Caucasian Females -- 1.96%
4. Goods and Commodities (equipment and consumable items purchased in bulk, or a
deliverable product including, but not limited to automobiles and equipment; chemicals and
laboratory supplies, construction materials and supplies; equipment parts and supplies; fuels
and lubricants; janitorial and cleaning supplies; office equipment; office supplies; radio
equipment; special department supplies; technical supplies; tires and tubes; traffic signals; and
uniforms).
State Agencies/Authorities/Commissions/Colleges and Universities
African Americans -- 2.71%
Asian Americans -- 1.74%
ITB - Revised 6/2/15 2405368.v1
Hispanics -- 1.32%
Native Americans -- 0.10%
Caucasian Females -- 4.45%
The Contractor agrees to make a good faith effort to award at least 25% of this contract to
subcontractors registered by the Commerce Commission as a SBE. Subcontracting goals are
not applicable if the prime contractor is a registered Small Business Enterprise (SBE) firm.
SOUTH JERSEY TRANSPORTATION AUTHORITY SUBSTITUTION POLICY
The contractor or consultant must notify and obtain approval from a small or women or minority-
owned business subcontractor, sub-consultant, or vendor (’SMWBE contractor”) before including
that contractor in a bid proposal or similar contract-related submission. The contractor or
consultant must notify and obtain authorization from South Jersey Transportation Authority’s
Public Agency Compliance Officer before it substitutes a SMWBE contractor named in a bid
proposal or other contract-related submission, and; If the substitution is approved by the Public
Agency Compliance Officer, the contractor or consultant shall make a good faith effort to utilize
another SMWBE contractor in place of the previous SMWBE contractor.
41. PAYMENT and TAXES: Payment to the successful Bidder will be made after satisfactory receipt of
the product(s) and or service(s), as determined by the Authority, and receipt of invoices or other
billing instrument used by the successful Bidder. The Authority is exempt from Federal Excise and
State Tax; therefore tax must not be included in the bid price. All prices quoted shall include all
charges, including delivery and set-up fees.
42. JOINT VENTURES: If a joint venture is submitting a bid or proposal, the agreement between
the parties related to such joint venture should be submitted with the joint venture’s bid or
proposal. Authorized signatories from each party comprising the joint venture must sign the bid or
proposal. A separate Ownership Disclosure Form, Chapter 51 and Executive Order 117
Certification and Disclosure forms, Affirmative Action Employee Information Report and NJ
Business Registration Certificates must be supplied for each party in the joint venture.
43. BIDDER PREREQUISITES: Only Bidders who can comply with the prerequisites specified
herein at the time of the submission of its bid and who has attended the mandatory pre-bid/facility
evaluation meeting should submit bids, as only bids submitted by such Bidders will be considered.
A determination that a Bidder has met the prerequisites is no assurance that it will be deemed
qualified in connection with other bid requirements included herein.
A. The Bidder shall have at least three (3) years of continuous experience immediately prior to
the date of submission of its bid in the management and implementation of janitorial
services of similar size and scope as that requested herein. The Bidder shall document this
utilizing the “Experience Questionnaire” included within the Proposal section of this
solicitation.
B. Demonstration of a Quality Control Plan (QCP)
ITB - Revised 6/2/15 2405368.v1
Discuss how the Bidders organizational structure, processes, procedures, and resources will
be applied to implement quality management in all areas of the contract. Specifically
address the following:
1. Quality System – Discuss how your company provides and maintains an effective,
Quality Management System that describes both quality control and quality assurance
methods. Please provide a copy of your Quality Control Plan for this contract.
2. Corrective Action – Discuss your company’s procedures for detecting causes of non-
conformance, initiating corrective actions, controlling their implementation, verifying
their effectiveness, and documenting procedural changes to prevent reoccurrence.
3. Customer Service Philosophy – Describe the methods and techniques used for
assessing and measuring customer needs, wants, preferences and degree of satisfaction.
C. Qualifications of Supervisor: All on site supervisory personnel engaged in directing the
work to be accomplished under this contract shall possess at least 3 years of recent (within
the last 5 years) experience in directing cleaning operations in a facility of similar size and
scope. The Bidder shall submit the resumes of proposed supervisor staff documenting three
years of experience along with references for each job worked.
D. Demonstration of a Safety and Health Plan- The contractor must provide a copy of their
safety and health plan. The plan must demonstrate compliance with all OSHA and NJ
Occupational Safety and Work and Act requirements including staff training, employee
education and right to know requirements, and OSHA, Blood borne Pathogen Standard 29
CFR 1910.1030.
44. SAFETY AND HEALTH REGULATIONS: The CONTRACTOR shall comply with all applicable
safety and health regulations to include, but not be limited to, the following:
a. U.S. Department of Labor regulations promulgated under Occupational Safety and Health
Act of 1972 (P.L. 91-596) and under Section 107 of the Contract Work Hours and Safety
Standards Act (P.L. 91-54) and all subsequent amendments thereto.
45. PROMPT PAYMENT TO SUBCONTRACTORS: The prime contractor agrees to pay each
subcontractor under this prime contract for satisfactory performance of its contract no later than
thirty (30) days from the receipt of each payment the prime contractor receives from South Jersey
Transportation Authority. Any delay or postponement of payment from the above referenced time
frame may occur only for good cause following written approval of the South Jersey
Transportation Authority.
46. CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN IRAN: a. Pursuant to N.J.S.A. 52:32-58, the bidder must certify that neither the bidder, nor one of its
parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32-56(e)(3)), is listed on
the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited
Investment Activities in Iran and that neither is involved in any of the investment activities
set forth in N.J.S.A. 52:32-56(f). If the bidder is unable to so certify, the bidder shall
provide a detailed and precise description of such activities
ITB - Revised 6/2/15 2405368.v1
Airport Statistical Data
ATLANTIC CITY INTERNATIONAL AIRPORT
Passengers 2009-2014
Year Total Scheduled Charter
2009 1,122,836 961,201 161,635
2010 1,426,799 1,260,900 165,899
2011 1,394,666 1,237,653 157,013
2012 1,385,878 1,251,613 134,265
2013 1,136,350 1,002,450 133,900
2014
1,211,667 1,082,206 129,461