File #: 17-1744    Version: 1 Name: T-2101 VEHICLES,TRUCKS,CLASS 3 PICKUP UTILITY/DUMP WITH SNOW PLOW OPTION
Type: Resolution Status: Adopted
File created: 10/2/2017 In control: Administration
On agenda: 12/6/2017 Final action: 12/6/2017
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Use of State Contract(s) T-2101: Vehicles, Trucks, Class 3, Pickup/Utility/Dump, with Snow Plow Option Purpose: To Purchase Two (2) 2018 Ford F350 Pickup Trucks and Two (2) 2018 Chevrolet Silverado 3500 HD Work Trucks Entities Name(s)/ Addresse(s): # 88758 Chas S. Winner Inc. DBA Winner Ford, 250 Berlin Road, Cherry Hill, New Jersey 08034 # 88759 Hertrich Fleet Services, 1427 Bay Road, Milford, Delaware 19963 Contract Amount: $72,840.26 (Department of Water and Sewer Utilities) and $60,138.00 (Department of Public Safety) for a total combined cost not to exceed $132,978.26 Funding Source: Department of Water and Sewer Utilities Budget Fund: NW037-750-7505-94330-B2017 $72,840.26; Department of Public Safety Budget: Local Forfeiture Fund: NW026-46120 $30,069.00 and Other Specialty Equipment: NW011-190-1902-94550-B2017 $30,069.00 Contract ...
Sponsors: Council of the Whole

Title

Dept/ Agency:  Administration/Division of Central Purchasing

Action:  (   ) Ratifying     (X) Authorizing     (   ) Amending

Type of Service:  Use of State Contract(s) T-2101: Vehicles, Trucks, Class 3, Pickup/Utility/Dump, with Snow Plow Option

Purpose:  To Purchase Two (2) 2018 Ford F350 Pickup Trucks and Two (2) 2018 Chevrolet Silverado 3500 HD Work Trucks

Entities Name(s)/ Addresse(s):   

# 88758 Chas S. Winner Inc. DBA Winner Ford, 250 Berlin Road, Cherry Hill, New Jersey 08034

# 88759 Hertrich Fleet Services, 1427 Bay Road, Milford, Delaware 19963

Contract Amount: $72,840.26 (Department of Water and Sewer Utilities) and $60,138.00 (Department of Public Safety) for a total combined cost not to exceed $132,978.26

Funding Source:   Department of Water and Sewer Utilities Budget Fund: NW037-750-7505-94330-B2017 $72,840.26;

Department of Public Safety Budget: Local Forfeiture Fund: NW026-46120 $30,069.00 and Other Specialty Equipment: NW011-190-1902-94550-B2017 $30,069.00

Contract Period:  Upon approval by Municipal Council through March 18, 2018

Contract Basis: (   ) Bid   (X) State Vendor   (   ) Prof.  Ser.   (   ) EUS  

(   ) Fair & Open   (   ) No Reportable Contributions   (   ) RFP   (   ) RFQ

(   ) Private Sale   (   ) Grant   (   ) Sub-recipient   (   ) n/a   

Additional Information:  

This is a one-time purchase; the Purchase Orders and the Resolution formulate the contract. 

body

 

 WHEREAS, the City of Newark (hereinafter “City”) through its Supervising Procurement Specialist, QPA, wishes to utilize State Contract T-2101: Vehicles, Trucks, Class 3, Pickup/Utility/Dump, with Snow Plow Option to purchase products or services from an authorized vendor under the New Jersey Cooperative Purchasing Program 1-NJCP, pursuant to N.J.A.C. 5:34-7.29; and

 

WHEREAS, the purchase of goods/services by Local contracting units through State contracts complies with Local Pay- to- Play Law, N.J.S.A. 19:44A-20.5 as a State contract award and constitutes a fair and open procedure and is authorized by Local Public Contracts Law, N.J.S.A. 40A:11-12; and

 

WHEREAS, in accordance with N.J.S.A. 40A:11-11(5), N.J.S.A. 52:25-16.1 et seq. and N.J.A.C. 5:34-1.7, all Cooperative Purchasing Program participants are responsible for ensuring that the Purchase Order issued reflects the correct contract item pricing and that payment is processed accordingly.  Only the items/services specified in the applicable State contract(s) may be purchased from the contract vendor(s) of record. Cooperative Purchasing participants assume full responsibility for all purchase transactions issued through State contracts, including Purchase Orders, delivery compliance, and payments; and

 

WHEREAS, under State Contract T-2101, the City wishes to utilize State Contract #88758 with vendor Chas S. Winner Inc. DBA Winner Ford, 250 Berlin Road, Cherry Hill, New Jersey 08034; and State Contract #88759 with vendor Hertrich Fleet Services, 1427 Bay Road, Milford, Delaware 19963 to purchase vehicles commencing upon adoption of this resolution and until complete delivery, which shall be no later than March 18, 2018; and 

 

WHEREAS,                     the Supervising Procurement Specialist, QPA recommends the utilization of this State Contract award on the grounds that it provides vehicles that satisfy the specifications required by the City, Departments of Water and Sewer Utilities and the Department of Public Safety; and

 

WHEREAS, the total cost for the purchase of two (2) 2018 Ford F350 Pickup Trucks for the City’s Department of Public Safety and two (2) 2018 Chevrolet Silverado 3500 HD Work Trucks for the City, Department of Water and Sewer Utilities is expected not to exceed $72,840.26 (Department of Water and Sewer Utilities) and $60,138.00 (Department of Public Safety) respectively, for a total combined cost not to exceed $132,978.26; and

 

WHEREAS, usage of these State contracts provides vehicles, trucks, class 3 pickup/utility/dump, with snow plow option, as required by the Department of Public Safety and the Department of Water and Sewer Utilities.

 

NOW, THEREFORE, BE IT RESOLVED BY THE MUNICIPAL COUNCIL OF THE CITY OF NEWARK, NEW JERSEY, THAT:

 

1.                     Pursuant to N.J.S.A. 40A:11-1 et seq., and N.J.A.C. 5:34-7.29, the Supervising Procurement Specialist, QPA, is authorized to utilize State Contract #88758 with vendor Chas S. Winner Inc. DBA Winner Ford and State Contract #88759 with vendor Hertrich Fleet Services, wherein both Contracts fall under State Term Contract #T-2101: Vehicles, Trucks, Class 3, Pickup/Utility/Dump, with Snow Plow Option, for the period commencing upon approval of this resolution by Municipal Council until the date of complete delivery, which shall be no later than March 18, 2018.

 

2.                       All purchases, Purchase Orders and other related documentation shall be in accordance with the relevant State Contract, State of New Jersey Standard Terms and Conditions, Method of Operation and Third Party Agreement/Three Party Agreement (if applicable) as contained in the State Contract Documentations and Agreements.

 

3.                     There shall be no amendment of this resolution without the approval of the Municipal Council.

 

4.                     There shall be no advance payment on this state contract in accordance with N.J.S.A. 40A:5-16.

 

5.                      Funds for the purchase of these vehicles are encumbered on Purchase Order number NW026-0000002925, Fund: NW02646120 B2017 in the amount of $30,069.00; Purchase Order NW011-0000125073, Fund: NW011;190;1902;94550; B2017 for the amount of $30,060.00 and Purchase Order number NW037-0000012345, Fund: NW037, 750, 7505, 94330, B2017 for the amount of $72,840.26 This contract shall not exceed for $132,978.26.

 

6.                     The contracts comply with Local Pay-to-Play law, N.J.S.A. 19:44A-20.5, as State contract awards and constitute fair and open procedures.

 

7.                     The Supervising Procurement Specialist, QPA, shall file duly executed copies of the contracts and purchase orders with this resolution, in the Office of the City Clerk.

 

8.                     If required by State Law, the City Clerk shall provide the appropriate notice of the award of the contracts to the State Comptroller no later than 20 business days following such authorization, 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 resolution authorizes the Mayor and/or his designee, the Supervising Procurement Specialist, QPA, to  use State Contract #88758 with vendor Chas S. Winner Inc. DBA Winner Ford,  and State Contract #88759 with vendor Hertrich Fleet Services,  under State Term ContractT-2101 for the City to purchase two (2) 2018 Ford F350 Pickup Trucks for the Department of Public Safety and (2) two 2018 Chevrolet Silverado 3500 HD Work Trucks for the Department of Water and Sewer Utilities commencing from the adoption of this resolution until complete delivery which shall be no later than March, 18, 2018, at a  total combined cost  not to exceed $132,978.26.