File #: 12-1129    Version: Name:
Type: Resolution Status: Filed
File created: 5/9/2012 In control: Administration
On agenda: 6/20/2012 Final action: 6/20/2012
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: Public Works: Excavation, Clearance & Demolition Tandems and Loaders with Drivers Entity Name(s)/Address(s): 1. F. Basso, Jr. Rubbish Removal, Inc., 55-93 South 20th St., Irvington, NJ 071112. 2. AOL Trucking & Carting, Inc., 76 Riverside Ave. Newark, Contract Amount: $2,000,000.00 Funding Source: City of Newark Budget / Department of Neighborhood & Recreational Services, Division of Sanitation / Open- Ended Contract Period: To be established for a period not to exceed two (2) years, for (2) vendors Contract Basis: ( X ) Bid ( ) State Vendor ( ) Prof. Ser. ( ) EUS ( ) Fair & Open ( ) No Reportable Contributions ( ) RFP ( ) RFQ ( ) Private Sale ( ) Grant ( ) Sub-recipient ( ) n/a Entity Name/Address: (List vendors here - only if list is long Additional Informati...
Title
Dept/ Agency:  Administration/Division of Central Purchasing
Action:  (   ) Ratifying     (X) Authorizing     (   ) Amending
Type of Service:  Bid Contract(s)
Purpose: Public Works: Excavation, Clearance & Demolition Tandems and Loaders with Drivers
Entity Name(s)/Address(s):  
1. F. Basso, Jr. Rubbish Removal, Inc., 55-93 South 20th St., Irvington, NJ 071112. 2. AOL Trucking & Carting, Inc., 76 Riverside  Ave.  Newark,
Contract Amount: $2,000,000.00
Funding Source:    City of Newark Budget / Department of Neighborhood & Recreational Services, Division of Sanitation / Open- Ended
Contract Period:  To be established for a period not to exceed two (2) years, for (2) vendors
Contract Basis: ( X  ) Bid   (   ) State Vendor   (   ) Prof.  Ser.   (   ) EUS   
(   ) Fair & Open   (   ) No Reportable Contributions   (   ) RFP   (   ) RFQ
(   ) Private Sale   (   ) Grant   (   ) Sub-recipient   (   ) n/a    
Entity Name/Address:  
(List vendors here - only if list is long
Additional Information:  
 Bids solicited 12
Bids received 8  
Bids rejected 1    
body
 
  WHEREAS,  on March 13, 2012, the City of Newark through its Purchasing Director advertised to solicit bids for Public Works: Excavation, Clearance &  Demolition Tandems and Loaders with Drivers, which the contractor will provide to the City of Newark, for the Department of Neighborhood & Recreational Services, Division of Sanitation's usage as described in the attached bid proposal; and
 
WHEREAS,       the Division of Central Purchasing distributed twelve (12) bid proposal packages to prospective vendors following the date of advertisement; and
 
WHEREAS, on March 29, 2012, eight (8) bids were received in response to this advertisement; and
 
WHEREAS,   the Division of Sanitation reviewed the bids received and recommends a dual award, based on line items be made to F. Basso, Jr. Rubbish Removal, Inc. and AOL Trucking & Carting, Inc. the lowest responsive and responsible bidders; and
 
WHEREAS, the Purchasing Director concurs with the recommendation; and
 
WHEREAS, pursuant to N.J.S.A. 40A: 11-24, the vendors agreed to hold their prices until such time as an award is made; and
WHEREAS, pursuant to N.J.S.A.19:44A-20.5 et seq., solicitations through public bidding in accordance with N.J.S.A.40A:11-1, et seq. meets the requirements of the fair and open process.
 
NOW, THEREFORE BE IT RESOLVED, BY THE MUNICIPAL COUNCIL OF THE CITY OF NEWARK, NEW JERSEY THAT:
 
1.       The Mayor and/or his designee, the Purchasing Director, are hereby authorized to enter into a contract with F. Basso, Jr. Rubbish Removal, Inc. 55-93 South 20th St. Irvington, NJ 07111 to provide line item #1 for both the  1st and 2nd year as per the  price schedule and AOL Trucking & Carting, Inc. 76 Riverside Ave Newark, NJ 07104  to provide line item #2 for both the 1st and 2nd year as per the  price schedule, to provide  Public Works: Excavation, Clearance & Demolition Tandems and Loaders with Drivers, for the  City of Newark, whose bids were received on the advertised due date and determined to be the lowest responsive and responsible bidders in accordance with the  bid specifications.  The term of the contract will be established for a two (2) year term, pursuant to N.J.S.A.40A:11-3.
 
2.      There shall be no amendment or change of this contract without the approval of the Municipal Council by resolution.
 
3.      The Municipal Council hereby authorizes and ratifies the elimination of the requirement of Revised City of Newark Ordinance 2:4-14, to post a performance bond for this contract because it is not a construction contract; a multi-vendor award was contemplated; and, because no one vendor will receive a specified amount of work.
4.      There shall be no advance payment on this contract in accordance with N.J.S.A. 40A:5-16.  Funds for 2012 and subsequent years are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5(d) (2).
 
5.      This is an open-ended contract to be used as needed during the term of the contract.    Thus, for any and all expenditures against this contract, a  certification of the availability of sufficient funds, as required by N.J.A.C.5:30-5.5(b)(2), shall be executed before a contractual liability is incurred, each time an order is placed, covering the amount of the order.  This contract shall not exceed $2,000,000.00 for two (2) years, for two (2) vendors.
 
 
6.      A duly executed copy of the contract shall be forthwith filed in the Office of the City Clerk by the Purchasing Director.
 
7.      If required by the State Law, the City Clerk shall provide the appropriate notice of the award of this contract, to the State Comptroller no later than twenty (20) business days following such award, in accordance with N.J.S.A. 52:15C-10 and the Notice of the office of the State Comptroller dated May 7, 2008.
 
STATEMENT:
 
This contract is awarded to F. Basso, Jr. Rubbish Removal, Inc., and AOL Trucking & Carting, Inc., to provide Public Works: Excavation, Clearance & Demolition Tandems and Loaders  with  Drivers  to the City of Newark, at a cost not to exceed $2,000,000.00 for a two (2) year term, for two (2) vendors.