File #: 19-1629    Version: 1 Name: Lead Hazard Control Reduction Services & Healthy Homes Production (Contractor)
Type: Resolution Status: Adopted
File created: 10/15/2019 In control: Administration
On agenda: 1/8/2020 Final action: 1/8/2020
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: To provide Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) for the Department of Health and Community Wellness. Entity Name(s)/Address(s): See below Contract Amount: Not to exceed $300,000.00 Funding Source: 2017 Budget/Department of Health and Community Wellness/NW051-G17-H17A0-72090- B2017 Contract Period: Not to exceed (24) twenty-four consecutive months 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: 1. Lead Professionals Inc., d/b/a AAA Lead Professionals, 6 White Dove Court, Lakewood, New Jersey 08701 2. Absolute Abatement & Construction, LLC, 141 Elm Street, West Orange, ...
Sponsors: Council of the Whole

Title

Dept/ Agency:  Administration/Division of Central Purchasing

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

Type of Service:  Bid Contract(s)

Purpose: To provide Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) for the Department of Health and Community Wellness.

Entity Name(s)/Address(s):  See below

Contract Amount: Not to exceed $300,000.00

Funding Source:  2017 Budget/Department of Health and Community Wellness/NW051-G17-H17A0-72090- B2017

Contract Period:  Not to exceed (24) twenty-four consecutive months

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:   

1.                     Lead Professionals Inc., d/b/a AAA Lead Professionals, 6 White Dove Court, Lakewood, New Jersey 08701

2.                     Absolute Abatement & Construction, LLC, 141 Elm Street, West Orange, New Jersey 07052

3.                     AS Environment LLC, 640 East Front Street, Plainfield, New Jersey 07060

4.                     EnviroScience Solutions LLC, 28 North Day Street, Orange, New Jersey 07050

5.                     LEW Corporation, 181 US-46 Mine Hill, New Jersey 107803

6.                     Optimum Environmental Solution, 2717 Linwood Road, Union, New Jersey 07083

7.                     Joseph Environmental LLC, 820 Varsity Road, Newark, New Jersey 07106  

Additional Information: 

Advertisement Date: August 27, 2019

Bids Solicited: Eight (8)

Bids Received: Seven (7)

body

 

WHEREAS, on August 27, 2019, the City of Newark, through its Purchasing Agent, QPA,  advertised to solicit bids for contractors to provide Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) for the Department of Health and Community Wellness (DHCW), as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed eight (8) bid proposal packages to prospective vendors following the date of advertisement and published the bid package on the City of Newark’s website to provide broader access and download capabilities to potential bidders; and

 

WHEREAS, on September 12, 2019, seven (7) bids were received in response to this advertisement; and

 

WHEREAS, the Director of DHCW recommended that the contract for Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) be awarded to the following vendors: (1) Lead Professionals Inc. d/b/a AAA Lead Professionals, (2) Absolute Abatement & Construction, LLC, (3) AS Environment LLC, (4) EnviroScience Solutions LLC, (5) LEW Corporation, (6) Optimum Environmental Solution, and (7) Joseph Environmental LLC; the lowest responsive and responsible bidders per line items and/or commodities per year; and

 

WHEREAS, the Purchasing Agent, QPA, concurred with the recommendation from the Director of DHCW that multiple awards be made to (1) Lead Professionals Inc. d/b/a AAA Lead Professionals, (2) Absolute Abatement & Construction, LLC, (3) AS Environment LLC, (4) EnviroScience Solutions LLC, (5) LEW Corporation, (6) Optimum Environmental Solution, and (7) Joseph Environmental LLC; the lowest responsive and responsible bidders per line items and/or commodities per year; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the bidders consented to holding prices bid for consideration until such time as an award is made, as the law permits; 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 a 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 Agent, QPA, are authorized to enter into and execute contracts with (1) Lead Professionals Inc. d/b/a AAA Lead Professionals, 6 White Dove Court, Lakewood, New Jersey 08701; (2) Absolute Abatement & Construction, LLC, 141 Elm Street, West Orange, New Jersey 07052; (3) AS Environment LLC, 640 East Front Street, Plainfield, New Jersey 07060; (4) EnviroScience Solutions LLC, 28 North Day Street, Orange, New Jersey 07050; (5) LEW Corporation, 181 US-46 Mine Hill, New Jersey 107803; (6) Optimum Environmental Solution, 2717 Linwood Road, Union, New Jersey 07083; and (7) Joseph Environmental LLC, 820 Varsity Road, Newark, New Jersey 07106 to provide Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) for DHCW, whose bids were received on the advertised due date and determined to be the lowest responsive and responsible bidders per line items and/or commodities per year in accordance with the bid specifications.  The term of the contracts will be established for a period not to exceed twenty-four (24) consecutive months, pursuant N.J.S.A. 40A:11-15.

 

2.                     There shall be no amendment or change to the contracts without the approval of the Municipal Council by resolution.

 

3.                     There shall be no advance payments on the contracts in accordance with N.J.S.A. 40A:5-16.  Funds for 2019 and subsequent years are contingent upon appropriations, pursuant to N.J.A.C. 5:30-5.5(d).

 

4.                     These are open-end contracts to be used as needed during the term of the contracts.  For any and all expenditures, 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 from Account Code Line NW051-G17-H17A0-72090-B2017, at a cost not to exceed Three Hundred Thousand Dollars and Zero Cents ($300,000.00) for seven (7) vendors for twenty-four (24) consecutive months.

 

5.                     The Purchasing Agent shall file duly executed copies of the contracts with the Office of the City Clerk.

 

6.                     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 date May 7, 2008.

 

 

STATEMENT

 

This resolution authorizes the Mayor and/or his designee, the Purchasing Agent, QPA, to enter into and execute contracts with (1) Lead Professionals Inc. d/b/a AAA Lead Professionals, (2) Absolute Abatement & Construction, LLC, (3) AS Environment LLC, (4) EnviroScience Solutions LLC, (5) LEW Corporation, (6) Optimum Environmental Solution, and (7) Joseph Environmental LLC to provide Lead Hazards Control and Reduction Services and Healthy Homes Production (Contractors) for DHCW at a cost not to exceed Three Hundred Thousand Dollars and Zero Cents ($300,000.00) for seven (7) vendors for twenty-four (24) consecutive months.