File #: 14-0195    Version: 1 Name: Electrical Equipment & Supplies North, Central, and South
Type: Resolution Status: Filed
File created: 2/10/2014 In control: Administration
On agenda: 4/2/2014 Final action: 4/8/2014
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Use of State Contract(s) Term No. T-0167, Contractors' Nos. 85580, 85578, 85583, 85582, 85579 Purpose: Electrical Equipment and Supplies North, Central and South Regions Entity Name(s)/Address(s): # 85580, Griffith Electrical Supply Co. Inc., 5 Second Street, Trenton, New Jersey 08611 # 85578, Jewel Electric Supply Co., 455 3rd Street, Jersey City New Jersey 07302 # 85583, Kerr Electrical Supply Co. Inc., 287 Mt. Pleasant Avenue, Newark, New Jersey 07104 # 85582, Linden Electric Wholesalers Inc., 725 St. George Avenue, Roselle, New Jersey 07203 # 85579, Pemberton Electrical Supply Co., LLC, 140 Mount Holly By-Pass Unit 7, Lumberton, New Jersey 08048 Contract Amount: Not to exceed $900,000.00 Funding Source: City Budget, Departments of Engineering, Fire, Police and Water and Sewer Utilities Contract Period: Upon authorization -...
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) Term No. T-0167, Contractors' Nos. 85580, 85578, 85583, 85582, 85579
Purpose:  Electrical Equipment and Supplies North, Central and South Regions
Entity Name(s)/Address(s):  
# 85580, Griffith Electrical Supply Co. Inc., 5 Second Street, Trenton, New Jersey 08611
# 85578, Jewel Electric Supply Co., 455 3rd Street, Jersey City New Jersey 07302
# 85583, Kerr Electrical Supply Co. Inc., 287 Mt. Pleasant Avenue, Newark, New Jersey 07104
# 85582, Linden Electric Wholesalers Inc., 725 St. George Avenue, Roselle, New Jersey 07203
# 85579, Pemberton Electrical Supply Co., LLC, 140 Mount Holly By-Pass Unit 7, Lumberton, New Jersey 08048
Contract Amount: Not to exceed $900,000.00
Funding Source:   City Budget, Departments of Engineering, Fire, Police and Water and Sewer Utilities
Contract Period:  Upon authorization - December 31, 2015, inclusive of extensions
Contract Basis: (   ) Bid   (x) State Vendor   (   ) Prof.  Ser.   (   ) EUS   
(   ) Fair & Open   (   ) No Reportable Contributions   (   ) RFP   (   ) RFQ
(   ) Private Sale   (   ) Grant   (   ) Sub-recipient   (   ) n/a    
Entity Name/Address
Additional Information:  
Invitation:  Central Purchasing Agent, April 1, 2014
Deferred 7R1-u 040214        
body
 
WHEREAS, the City of Newark through its Purchasing Director wishes to utilize State Contract Term No. T-0167  Electrical Equipment and Supplies North, Central and South Regions contract, to purchase products or services from an authorized vendor (s) 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 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, the City of Newark is located in the north region of the State; and
 
WHEREAS, the State used the Trade Services, TRA-SER basis for pricing as primary and region as secondary, requiring usage of multiple vendors based on item TRA-SER prices in procuring electrical equipment and supplies; and
 
WHEREAS, the City wishes to utilize State Contract Term No. T-0167, with the following vendors commencing adoption of this resolution to December 31, 2015, inclusive of any subsequent extensions to the term of the contract.
 
# 85580, Griffith Electrical Supply Co. Inc., 5 Second Street, Trenton, New Jersey 08611
# 85578, Jewel Electric Supply Co., 455 3rd Street, Jersey City New Jersey 07302
# 85583, Kerr Electrical Supply Co. Inc., 287 Mt. Pleasant Avenue, Newark, New Jersey 07104
# 85582, Linden Electric Wholesalers Inc., 725 St. George Avenue, Roselle, New Jersey 07203
# 85579, Pemberton Electrical Supply Co., LLC, 140 Mount Holly By-Pass Unit 7,  Lumberton, New Jersey 08048
 
WHEREAS,      the Purchasing Director recommends the utilization of this state contract award on the grounds that it provides Electrical Equipment and Supplies according to specifications required by the City of Newark; and
 
WHEREAS, usage of this contract is restricted to the TRA-SER item categories identified in the at-a-glance attachment provided herewith; and
 
WHEREAS, the total cost for the purchase of Electrical Equipment and Supplies is expected not to exceed $900,000.00; and
 
WHEREAS, usage of this contract provides Electrical Equipment and Supplies, as required by the Department(s) of Engineering, Fire, Police and the Water and Sewer Utilities; and
 
WHEREAS, the Acting Chief Financial Officer will certify the availability of funds before orders are placed.
 
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 Purchasing Director is authorized to utilize contract State Term Contract No. T-0167, using vendor contract nos. #85580, Griffith Electrical Supply Co. Inc., 5 Second Street, Trenton, New Jersey 08611,  #85578, Jewel Electric Supply Co., 455 3rd Street, Jersey City, New Jersey 07302,  # 85583, Kerr Electrical Supply Co. Inc., 287 Mt. Pleasant Avenue, Newark, New Jersey 07104, #85582, Linden Electrical Wholesalers Inc., 725 St. George Avenue, Roselle, New Jersey 07203 and # 85579 Pemberton Electrical Supply Co. LLC, 140 Mount Holly By-Pass Unit 7, Lumberton, New Jersey 08048 to provide Electrical Equipment And Supplies North, Central And South Regions, for the period commencing from the adoption of this resolution to December 31, 2015, inclusive of any subsequent extensions to the term of this State contract.
 
2.       There shall be no amendment of this resolution without the approval of the Municipal Council.
 
3.      There shall be no advance payment on this State contract in accordance with N.J.S.A. 40A: 5-16. Funds for 2014 and subsequent year's expenditures are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5(c).
 
4.       This contract is awarded as an open-ended contract pursuant to N.J.A.C. 5:30-5.5(d)(2). Certification of the Availability of Funds shall be executed by purchase order, each time an order is placed and charged against this contract. This contract shall not exceed $900,000.00 inclusive of subsequent extensions to the term of contract by the state.
 
5.      This contract complies with Local Pay- to- Play, N.J.S.A. 19:44A-20.5 as a state contract award and constitutes a fair and open procedure.
 
6.      The  Purchasing Director shall forthwith file a duly executed copy of the contract in the Office of the City Clerk.
 
7.      If required by 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 OF INTENT:
 
This resolution authorizes usage of a State contract (Term No. T-0167) award to Griffith Electrical Supply Co. Inc., Jewel Electric Supply Co., Kerr Electrical Supply Co., Inc., Linden Electrical Wholesalers Inc., and Pemberton Electrical Supply Co. LLC, to provide for the purchase of Electrical Equipment and Supplies North, Central and South Regions, for the period commencing from the adoption of this resolution to December 31, 2015, inclusive of any subsequent extensions to the term, at a cost not to exceed $900,000.00for five (5) contractors.