Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey.

Similar documents
Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. Stockton University. March 28, 2016

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

SERVICE AGREEMENT CONTRACT NO.

MIDDLESEX COUNTY UTILITIES AUTHORITY

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

PLEASANTVILLE HOUSING AUTHORITY

SOMERSET COUNTY INSURANCE COMMISSION

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

GENERAL TERMS AND CONDITIONS

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

REQUEST FOR PROPOSALS

PURCHASING SPECIFICATION

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal Internet Access

REQUEST FOR PROPOSALS FOR VENDING SERVICES. May 5, WEST 72ND AVENUE ARVADA, COLORADO

Requests For Proposals

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

WESTERN STATES CONTRACTING ALLIANCE Tires, Tubes and Services, Utah Contract #MA210

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

Request For Proposal (RFP) for

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Management of Jobing.com Arena

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL

Union College Schenectady, NY General Purchasing Terms & Conditions

Request for Proposals. Yearbook Printing Services. Rowan University. RFP /21/18 amended page 5. Scope of Service

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

PROPOSAL LIQUID CALCIUM CHLORIDE

Illinois Valley Community College Request for Proposals Food Vending Machine Services - No. PR-09-P2

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

GENERAL TERMS AND CONDITIONS

West Ridge Park Ballfield Light Pole Structural Assessment

2. Table of Contents Purpose and Intent The University Scope of Work Pricing Contract Period...

Request for Bid/Proposal

Proposal No:

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INVITATION TO BID (ITB)

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

B COVER SHEET ADDRESS: 15. BIDDER FAX# 16. BIDDER ADDRESS:

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Request for Proposals ( RFP ) to Conduct Annual Audit

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

TABLE OF CONTENTS. Notice to Vendors Instruction to Vendors Special Conditions General Conditions Technical Provisions...

Request for Bid #1667 (RFB) CONCRETE SERVICES

MIDDLETOWN TOWNSHIP PUBLIC SCHOOLS REQUEST FOR PROPOSALS. School District Labor Negotiations Legal Services SPECIFICATIONS

INSTRUCTIONS TO VENDORS

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

Housing Authority of the Borough of Keansburg

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

City of Albany, New York

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposals

CITY OF BEVERLY NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

REQUEST FOR QUOTATION

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

City of Albany, New York Traffic Engineering

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

RFP GENERAL TERMS AND CONDITIONS

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

Invitation To Bid. for

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

COUNTY OF COLE JEFFERSON CITY, MISSOURI

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

DIRECTOR OF FACILITIES TEL (973) TEL (973) FAX (973) FAX (973) PAGER (973)

Transcription:

Stockton Affiliated Services, Inc. Request for Proposals SNACK FOOD VENDING SERVICES at The Richard Stockton College of New Jersey March 22, 2010

PURPOSE AND INTENT 1.0 CONTRACT AND PROPOSAL INFORMATION Stockton Affiliated Service, Incorporated (SASI), a non-profit corporation operating as an auxiliary organization for The Richard Stockton College of New Jersey, is issuing this Request for Proposals (RFP) for vendors who will install, operate and service vending machines necessary to dispense snack food items and hot beverages. The purpose of this RFP is to determine the best possible partner for SASI and Richard Stockton College. The terms of this RFP shall be incorporated as a contract document. Richard Stockton College (hereinafter "the College") is a liberal arts college located in Pomona, New Jersey which has approximately 7,400 students and 1,200 faculty and staff. There are approximately 2,400 residential students. The College sponsors over 9,000 community events, cultural, educational and sporting events throughout the year. For additional information about the College, please visit www.stockton.edu. 1.1 Issuing Office: This Request for Proposals (RFP) is issued on behalf of SASI, an auxiliary corporation, distinct from the College, established under NJSA 18A:64-26 et seq. which shall be the sole point of contact for purposes of the RFP, questions and subsequent addendums, if applicable. The primary medium for communication regarding this RFP shall be via the SASI webpage: www.sasi.stockton.edu The RFP, Required Forms, Addendums, Questions and Answers will all be posted on the SASI website on the RFP link. It is the responsibility of the Respondents to monitor the webpage for any changes, additions, clarifications, cancellations etc. as related to this RFP. The response to the RFP should include Non-Collusion Affidavit, a W-9 form properly executed and the Respondent s proposal. All required forms are attached. 1.2 Quote Preparation: Respondents to this RFP shall follow the instructions contained in the document in preparing and submitting a response proposal. Failure to abide by the instructions may be deemed non-responsive to the RFP and may be cause for rejection. Prospective Respondents are instructed to deliver one (1) properly identified original and five (5) complete copies of the proposal, enclosed in one sealed box or other package. 1.3 Rejected Proposal(s): SASI reserves the right to reject any or all quotes and not to award a contract, if not deemed to be most advantageous to SASI. 1.4 Cost Liability:

SASI assumes no responsibility and no liability for costs incurred by Respondents prior to issuance of any agreement, contract, or purchase order. 1.5 Questions and Inquiries: All questions and/or inquiries must be submitted by email or fax to Trish Krevetski at rfp.sasi@yahoo.com or faxed questions may be sent to 609-748- 6212. Please reference the RFP for Snack Food Vending when you submit questions. Answers to questions will be posted on the website as they are received. It is the responsibility of the Respondents to monitor their e-mail to view questions submitted and the answers thereto. The deadline for questions is March 30, 2009 at 11:00 a.m. 1.6 Revisions to the Request for Proposal: In the event it becomes necessary to revise any part of this RFP, notice of the revisions will be posted on the webpage. Respondents will be required to acknowledge the receipt of the addendum, if any. 1.7 Response Date: In order to be considered, proposals must arrive at SASI no later than 2:00 p.m. (E.S.T.) on April 26, 2010. The time for receipt of proposals is firm. Respondents mailing proposals should allow for normal mail delivery time to ensure the timely receipt of their proposals by SASI. 1.8 Mailing Instructions: SASI assumes no responsibility for unmarked envelopes. Nor will SASI be responsible for the failure to deliver any package by USPS, Fed Ex, UPS or any other carrier/mail service. It is the responsibility of the vendor to ensure timely delivery of the proposal. The time for the submittal of proposals is firm. Please read and follow the mailing instructions carefully as SASI is not located on the College s main campus. Sealed proposals via regular mail are to be submitted to: Trish Krevetski, Project Manager Stockton Affiliated Services, Inc. PO Box 483 Pomona, New Jersey 08240-0483 Proposals submitted by hand or other special courier delivery should be addressed to and will be received at the following location: Trish Krevetski, Project Manager 10 West Jimmie Leeds Road Pomona, NJ 08240

Proposals must arrive at the Office not later than 2:00 p.m. local time on April 26, 2010. Proposals should indicate/reference "RFP for Snack Food Vending" on the front of the envelope to distinguish it from other packages received by SASI. 2.0 SCOPE 2.1 SASI is looking for vendors who will install, operate, and service vending machines which can dispense snack type items such as: candies, gum, cookies, pastry, snack bags, crackers, health food snack items, and hot beverages. This RFP does not include cold liquid refreshments or prepared meal type items. Machines near the residence halls may include a few non-food items. The current snack food vending operation includes twenty one machines across the main campus, one machine located at The Parkway Building on Jimmie Leeds Road and one machine located at the Carnegie Library site in Atlantic City. 2.2 Award 2.2.1 SASI will negotiate and write the Contract, which will incorporate all of the specifications, requirements, terms, conditions, and provisions included in the RFP, any additional elements of the Respondent s proposal that SASI deems relevant for inclusion and any additional provisions negotiated between SASI and the Respondent. 2.2.2 Respondents should provide a description of the company, including experience, qualifications and references. 2.2.3 In awarding the Contract, SASI will consider a number of factors in combination in evaluating the proposals submitted. These factors will include, but not be limited to, quality and scope of service, commission rates, capacity, equipment, experience, and references. 2.2.4 It is the intention of SASI to award a contract May 17, 2010. 3.0 SPECIFICATIONS, REQUIREMENTS, TERMS, CONDITIONS, AND PROVISIONS 3.1 Provide descriptions or brochures of the vending machines along with their physical dimensions, electrical loads and refrigeration or other requirements. The vending machines should be capable of handling paper currency and provide change. If the monetary dispenser is capable of handling electronic or smart card technology indicate what data or computer requirements are necessary for implementation. SASI will supply electricity and cold water without charge to the Respondent. 3.2 Describe Respondent s system for customers to obtain refunds for items not vended or incorrectly vended and for repairs to the machines. Indicate the timeframes for ensuring that refunds or repairs are made. Indicate how many times per week the machines will be reviewed for refills or possible repairs.

3.3 Proposals requiring SASI or the College to lease, buy, replace or repair the machines will not be considered. 3.4 Cups or other items necessary for vending shall be included in Respondent s cost of operation. 3.5 If the installation of Respondent s vending machines requires electrical, plumbing or structural changes to College facilities, a detailed design with implementation costs should be included. 3.6 The Respondent should provide a list of individual vending items which it proposes to use in the machine with a description of the items, anticipated prices, anticipated sales and commission fees. The items should be suitable for a college community and offer a variety of brand name food items. A few non-food items may be requested for machines located in the residential life sections of campus. 3.7 The vendor shall restock machines on a frequent scheduled basis to ensure an adequate supply and varieties of products are continuously available to the Stockton community. 3.8 The vending machines must have the capability to be audited by SASI, the College or third parties. A sample of the monthly reports that can be prepared should be submitted with the respondent s proposal. The reports should allow a third party to quickly verify the number and types of items sold and commission fees paid. 3.9 The proposal should include a breakdown of the following: 3.9.1 Minimum vending machines: twenty three machines (Baseline quote) please list machines and intended product. 3.9.2 Percentage of commissions that will be paid to SASI based upon size, volume, type or category of item, description of item and sales price. Indicate costs per items and anticipated yearly sales. 3.9.3 The proposal may include the payment of additional monies used for joint marketing, sponsorship, educational or other programs at the College. 3.10 Periodically, SASI may require the vendor to remove, relocate or add additional machines. Indicate what notice you may need and how long it may take to accommodate. The College is building a new Campus Center that be completed in 2011 and that will require two machines to be relocated from the current cafeteria location. 3.11 Contract Term - The Contract shall commence on July 1, 2010 and continue for a period of five (5) years ending on June 30, 2015, with an option to renew for two one year periods.

3.12 SASI reserves the sole right to select the location and number of machines located on campus throughout the term of this proposal. 3.13 SASI reserves the right to accept or reject any of the responses to the requests for proposal. SASI will award or reject the proposals based upon the responsible party quotation which is most advantageous to SASI, price and other factors considered. 3.14 Neither SASI nor the College shall be responsible for loss or damage to the vending machines or their contents resulting from any cause while on the College premises. 3.15 Each commission check to SASI must be supported by a commission statement report form approved by SASI. Checks should be received by the 15 th of the following month. 3.16 Adjustments to vending prices must be discussed in advance with the Project Manager and will be considered annually in June for July implementation. 3.17 Respondent should provide at least three references from similar operations. 3.18 SASI may, at any time during the period of the Contract, terminate the Contract by giving sixty (60) days notice in writing of its intention to do so, by registered or certified mail to the Respondent. 4.0 INSURANCE AND INDEMNIFICATION 4.1 The Respondent hereby assumes all risk or responsibility for, and agrees to indemnify, defend and hold harmless SASI and its Board of Directors, The Richard Stockton College of New Jersey and its Board of Trustees, employees or agents thereof, the New Jersey, Educational Facilities Authority, and the State of New Jersey from and against any and all claims, demands, suits, actions, recoveries judgments, costs and expenses in connection therewith, made brought or obtained on account of the loss of life, property, or injury or damage to the person or property of any person or persons whomsoever,, which loss of life or property, or injury or damage to persons or property shall be due to, arise out of, or result from, or be in any way connected with said work or the performance or lack of performance thereof, or any act or omission of the Respondent or any sub-respondent, in connection therewith, unless such loss of life or property or injury or damage to person or property shall be due solely to the negligence of SASI, The Richard Stockton College of New Jersey, the State of New Jersey, or the New Jersey Educational Facilities Authority. The Respondent agrees before starting any work to provide, and pay the premiums for, product liability, public liability, and property damage insurances protecting the Respondent, SASI, The Richard Stockton College of New Jersey, the State of New Jersey, and the New Jersey Educational Facilities Authority

against any and all liability for personal injury or death of persons from a Class A rated or better insurance company, authorized and qualified to do business under the laws of the State of New Jersey subject to the limits set forth herein. Such insurance shall remain in force until 120 days after the expiration date of this Contract and any renewal thereof. The policy shall name SASI, The Richard Stockton College of New Jersey and the State of New Jersey and its agents, employees, and the New Jersey Educational Facilities Authority, as additional named insured. Notwithstanding the limits of insurance required herein, this shall not limit the liability of the Respondent herein. The vendor must provide: a. Worker s Compensation Insurance as required by the laws of the State of New Jersey and applicable Federal Laws. b. Appropriate Bodily Injury Liability Insurance, Public Liability and Products Liability with limits of not less than $1 million per occurrence and $3 million aggregate. c. Property Damage Liability Insurance with a limit of not less than $1 million per occurrence and $3 million aggregate in connection with this operation. d. If automotive equipment is used in the operation Automobile Bodily Injury Liability Insurance with limits of not less than $500,000 for each person and $1,000,000 for each accident, and property damage Liability Insurance with limit of not less than $100,000 for each accident. e. The effective dates of the required policies of insurance shall be for the term of this contract plus 120 days thereafter. f. Each policy of insurance shall contain an endorsement as follows: It is understood and agreed that Company shall notify in writing Managing Director, SASI, Pomona, NJ 08240, thirty (30) days in advance of the effective date of any reduction in or cancellation of this policy. A certificate of each policy of insurance shall be furnished to SASI. A certificate of insurance for Workman s Compensation, together with a properly executed endorsement for cancellation notice shall also be furnished. The above certificate shall be furnished by the successful Respondents ten (10) days after notice of award. The insurance companies providing the above coverage shall be authorized to do business in the State of New Jersey. Notice of policy changes shall be furnished to the Project Director of SASI immediately. 4.2 Cancellation Clause The policies of insurance covered by this certificate will not be allowed to expire, be cancelled, or terminated prior to their maturity date unless there shall be given no less than thirty (30) days prior written notice by Registered Mail to the Managing Director.

4.3 The procuring of the insurance required under the Contract shall not relieve the Respondent of any obligation or liability assumed under this Contract. The Respondent may carry at his own expense such additional insurance as he may deem necessary. The Respondent shall assist and cooperate in every manner possible in connection with the adjustment of all claims arising out of Respondent s operations within the scope provided for under the Contract, and shall cooperate with the insurance carrier in all litigated claims and demands, arising from said operations, which the insurance carrier or carriers are called upon to adjust or resist. 4.4 SASI reserves the right to request proof of adequate insurance anytime during the execution of this contract, or during the time these goods or services are utilized. 4.5 In the event that the Respondent shall fail to maintain and keep in force Comprehensive General Bodily Injury and Property Damage Liability Insurance, Workers Compensation Coverage, and Automobile Liability Insurance, and other insurance coverage s, as hereinabove provided, SASI shall have the right to cancel and terminate the Contract forthwith and without notice. 4.6 Respondent shall do nothing which will adversely affect SASI in any way, including insurance premiums and liability. 5.0 General Provisions 5.1 Conflict of Interest. At no time during the term of a Contract awarded by the SASI shall the Contractor or any officer, director, general or limited partner or employee of the Contractor: (1) hold an equity or other economic interest in; (2) have a contractual or other business relationship with; or (3) be an officer, director, general or limited partner or employee of any business entity, including but not limited to, corporations, partnerships, limited liability companies and joint ventures, having a business relationship with The Richard Stockton College of New Jersey. The Contractor shall have a continuing affirmative obligation to advise the SASI of any potential or actual conflict of interest that may arise with respect to its obligations under the Contract. 5.2. New Jersey Business Registration. The Respondent is required to be a registered New Jersey business with the New Jersey Division of Revenue pursuant to N.J.S.A. 52:32-44, and must comply with P.L. 2005, c.51 (N.J.S.A. 19:44A-20.13-20,25) throughout the contract term. 5.3. Compliance with Laws and Standards The Respondent, if awarded the Contract is responsible for assuring that it and its employees and agents comply with all applicable federal, state, and local laws, statutes, regulations, codes, and standards, and current generally-accepted standards and practices in its field of business. 5.4 The contract awarded shall be governed by, and construed in accordance

with the laws of the State of New Jersey. 5.5 Prohibition Against Discrimination. The vendor shall be responsible for assuring that it and its employees and agents comply with all federal, state, and local laws and regulations, including, but not limited to the (N.J.S.A. 10:2-1 through 10:2-4 et seq.). and the provisions of the Law Against Discrimination set forth in N.J.S.A. 10:5-31, et seq, and the Affirmative Action Rules promulgated thereunder, N.J.A.C. 17:27-1.1, et seq, 6.0 Attachments 6.1 Stockton Vending Machine Volume