File #: 11-1594    Version: Name: Automotive Accessories
Type: Resolution Status: Filed
File created: 12/15/2011 In control: Administration
On agenda: 5/16/2012 Final action: 6/7/2012
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: Automotive Accessories Entity Name(s)/Address(s): See below Contract Amount: $120,000.00 Funding Source: City of Newark Budget/Engineering, Neighborhood and Recreational Services and Water & Sewer Utilities Contract Period: to be established for a period not to exceed two (2) years 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 1. Superior Distributors Co., Inc., 4 Midland Avenue, Elmwood Park, N.J. 07407 2. Air Brake and Equipment, 225 Route 22 West, Hillside, N.J. 07205 3. Samuel’s, Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vauxhall, N.J. 07088 4. East Coast Emergency Lighting, ...
Title
Dept/ Agency:  Administration/Division of Central Purchasing
Action:  (   ) Ratifying     (X) Authorizing     (   ) Amending
Type of Service:  Bid Contract(s)
Purpose: Automotive Accessories
Entity Name(s)/Address(s):  See below
Contract Amount: $120,000.00
Funding Source:  City of Newark Budget/Engineering, Neighborhood and Recreational Services and Water & Sewer Utilities
Contract Period:  to be established for a period not to exceed two (2) years
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  
1.      Superior Distributors Co., Inc., 4 Midland Avenue, Elmwood Park, N.J. 07407
2.      Air Brake and Equipment, 225 Route 22 West, Hillside, N.J. 07205
3.      Samuel's, Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vauxhall, N.J. 07088
4.      East Coast Emergency Lighting, Inc., 1945 4th Street, North Brunswick, New Jersey 08902
Additional Information:  
Bids solicited:   Ten (10)
Bids received:    Five (5)
Failed 7R1-p 051612
Invitation: Purchasing Agent, June 6, 2012
body
 
WHEREAS, on September 27, 2011, the City of Newark, through its Purchasing Director, advertised to solicit bids for contractor(s) to provide, Automotive Accessories, to the Departments of Engineering, Neighborhood and Recreational Services; and Water & Sewer Utilities, as per the bid proposal attached hereto; and
 
WHEREAS,       the Division of Central Purchasing distributed ten (10) bid proposal packages to the prospective vendors following the date of advertisement; and
 
WHEREAS, on October 13, 2011, five (5) bids were received in response to this advertisement; and
 
WHEREAS, the Purchasing Director recommends a multiple award based on line item pricing to Superior Distributors Co., Inc., Air Brake and Equipment, Samuel's Inc. t/a Buy Wise Auto Parts and East Coast Emergency Lighting, Inc.,  the lowest responsible bidders; and
 
WHEREAS, pursuant to N.J.S.A.40A:11-24, the selected responsible bidders consented to hold 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 Superior Distributors Co., Inc., 4 Midland Avenue, Elmwood Park, New Jersey 07407, will receive line items per contract schedule (various brands), Air Brake and Equipment, 225 Route 22 West, Hillside, New Jersey 07205, will receive line items per price schedule (various brands), Samuel's Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vauxhall, New Jersey 07088, will receive line items per price schedule (various brands) and East Coast Emergency Lighting, Inc., 1945 4th Street, North Brunswick, New Jersey 08902, will receive line items per price schedule (various brands), to provide Automotive Accessories, to the City, whose bids were received on the advertised due date and determined to be the lowest bidders, based on line item awards in accordance with 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.      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).
 
4.      This is an open-ended contract to be used as needed during the term of 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 $120,000.00 for two (2) years.                                            
 
5.      A duly executed copy of the contract shall be forthwith filed in the Office of the City Clerk by the Purchasing Director.
 
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 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 Superior Distributors Co., Inc., Air Brake and Equipment, Samuel's Inc. t/a Buy Wise Auto Parts and East Coast Emergency Lighting, Inc., to provide Automotive Accessories, to the City of Newark, at a cost not to exceed $120,000.00 for two (2) years for four (4) vendors.