File #: 16-0959    Version: 1 Name: Vehicles, Trucks, Class 2, Pickup/Utility, with Snow Plow Option
Type: Resolution Status: Adopted
File created: 6/1/2016 In control: Administration
On agenda: 8/3/2016 Final action: 8/3/2016
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Use of State Contract(s) #T-2100/A88727 Purpose: Vehicles, Trucks: Two (2), Class 2, Pickup/Utility, with Snow Plow Option Entity Name(s)/Address(s): Celebrity Ford LLC., d/b/a Beyer Ford, LLC., 170 Ridgedale Avenue, Morristown, New Jersey 07962 Contract Amount: $67,894.00 Funding Source: Department of Engineering, Division of Motors NW011-110-1110-94430-B2016 Contract Period: Upon approval by the Municipal Council not to exceed March 25, 2017 inclusive of any extension of the State Contract 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: This is a one-time purchase and the Purchase Orders are the contracts.

Title

Dept/ Agency:  Administration/Division of Central Purchasing

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

Type of Service:  Use of State Contract(s) #T-2100/A88727

Purpose:  Vehicles, Trucks: Two (2), Class 2, Pickup/Utility, with Snow Plow Option

Entity Name(s)/Address(s):  Celebrity Ford LLC., d/b/a Beyer Ford, LLC., 170 Ridgedale Avenue, Morristown, New Jersey 07962

Contract Amount: $67,894.00

Funding Source:  Department of Engineering, Division of Motors NW011-110-1110-94430-B2016

Contract Period:  Upon approval by the Municipal Council not to exceed March 25, 2017 inclusive of any extension of the State Contract

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: 

This is a one-time purchase and the Purchase Orders are the contracts.

body

 

WHEREAS, the City of Newark through its Supervising Procurement Specialist wishes to utilize State Contract # T-2100, Vehicles, Trucks, Class 2, Pickup/Utility, 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 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. 5:34-7.1, 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 wishes to utilize this State Contract with the following vendor commencing from the adoption of this resolution, upon complete delivery, not to go beyond March 25, 2017 inclusive of any extension of the State Contract.

 

#A88727 Celebrity Ford LLC, d/b/a Beyer Ford LLC, 170 Ridgedale Avenue, Morristown, New Jersey 07962; and 

 

WHEREAS,                     the Supervising Procurement Specialist recommends the utilization of this State Contract award on the grounds that it provides Vehicles, Trucks, Class 2, Pickup/Utility, with Snow Plow Option, according to specifications required by the City of Newark; and

 

WHEREAS, the total cost for the purchase of Vehicles, Trucks, Two (2), Class 2, Pickup/Utility, with Snow Plow Option, is expected not to exceed $67,894.00; and

 

WHEREAS, usage of this State Contract provides Vehicles, Trucks, Class 2, Pickup/Utility, with Snow Plow Option, as recommended by the Department of Engineering, Division of Motors.

 

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 is authorized to utilize State Contract # T-2100/A88727, Vehicles, Trucks, Class 2, Pickup/Utility, with Snow Plow Option, for the period commencing from the adoption of this resolution to complete delivery, not to go beyond March 25, 2017 inclusive of any extension of the 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.

 

4.                      Funds for the purchase of these vehicles are encumbered on Purchase Order NW011 #0000116131  NW011, Department/Project1110,  Account # 94430, Budget B2016, for $67,894.00 This contract shall not exceed $67,894.00.

 

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.                     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 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 Supervising Procurement Specialist to utilize State Contract # T-2100/A88727, Vehicles, Trucks, Class 2, Pickup/Utility, with Snow Plow Option, to award to Celebrity Ford LLC, d/b/a Beyer Ford LLC, to provide for the purchase of Vehicles, Trucks, Two (2), Class 2, Pickup/Utility, with Snow Plow Option, for the period commencing from the adoption of this resolution to complete delivery not to go beyond March, 25, 2017, inclusive of any extension of the State contract, at a cost not to exceed $67,894.00.