File #: 16-1067    Version: 1 Name: Resolution Tandem Dump Trucks and Bucket Front End Loaders with Drivers (3 vendors)
Type: Resolution Status: Adopted
File created: 6/21/2016 In control: Administration
On agenda: 9/21/2016 Final action: 9/21/2016
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: Tandem Dump Trucks and Bucket Front End Loaders with Drivers Entity Name(s)/Address(s): 1.) Dejana Industries, Inc.,30 Sagamore Hill Drive, Port Washington, New York 11050 2.) F. Basso Jr. Rubbish Removal, Inc., 55-93 South 20th Street, Irvington, New Jersey 07111 3.) Camarato Trucking, Inc., 15 Greenview Drive, Scotch Plains, New Jersey 07076 Contract Amount: Amount not to exceed $300,000.00 for two (2) years Funding Source: 2016 Budget/Department of Neighborhood and Recreational Services Account Line Codes: NW011-160-1604-71560, NW011-160-1604-71280, NW011-160-1605-71280, NW011-160-1607-71280, NW011-160-1607-71560 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 Rep...
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: Tandem Dump Trucks and Bucket Front End Loaders with Drivers

Entity Name(s)/Address(s): 

1.) Dejana Industries, Inc.,30 Sagamore Hill Drive, Port Washington, New York 11050

2.) F. Basso Jr. Rubbish Removal, Inc., 55-93 South 20th Street, Irvington, New Jersey 07111 

3.) Camarato Trucking, Inc., 15 Greenview Drive, Scotch Plains, New Jersey 07076

Contract Amount: Amount not to exceed $300,000.00 for two (2) years

Funding Source:  2016 Budget/Department of Neighborhood and Recreational Services            

Account Line Codes: NW011-160-1604-71560, NW011-160-1604-71280, NW011-160-1605-71280, NW011-160-1607-71280, NW011-160-1607-71560

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   

Additional Information: 

Advertised Date: February 23, 2016

Bids Solicited: Twenty-One (21)

Bid Invitations: Twelve (12)

Bids Received: Seven (7)     

body

 

WHEREAS, on February 23, 2016, the City of Newark, through its Supervising Procurement Specialist, advertised to solicit bids for contractor(s) to provide tandem dump trucks and bucket front end loaders with drivers to the Department of Neighborhood and Recreational Services, as per the bid proposal attached hereto; and

 

WHEREAS,                      the Division of Central Purchasing distributed twenty-one (21) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS,                      the Division of Central Purchasing distributed twelve (12) bid invitations to prospective vendors following the date of advertisement; and

 

WHEREAS, on March 10, 2016, the Division of Central Purchasing received seven (7) bids in response to this advertisement; and

 

WHEREAS, the Director of the Department of Neighborhood and Recreational Services reviewed the bids and recommended that a multiple line item contract be awarded to the following responsible, responsive bidders: 1) Dejana Industries, Inc., 2) F. Basso Jr. Rubbish Removal, Inc. and 3) Camarato Trucking Inc. based upon the lowest price per item bid by the respective vendors; and

 

WHEREAS, the Supervising Procurement Specialist concludes from his review and concurs with the recommendation of the Director of the Department of Neighborhood and Recreational Services that a multiple award be made based on line item pricing to the three lowest (3) responsive, responsible bidders, Dejana Industries, Inc., F. Basso Jr. Rubbish Removal, Inc. and Camarato Trucking, Inc.

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the 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 Supervising Procurement Specialist, are hereby authorized to enter into a line item contract with  1) Dejana Industries, Inc.,30 Sagamore Hill Drive, Port Washington, New York 11050 2) F. Basso Jr. Rubbish Removal, Inc., 55-93 South 20th Street, Irvington, New Jersey 07111, 3) Camarato Trucking, Inc., 15 Greenview Drive, Scotch Plains, New Jersey 07076, whose bids were received by the advertised due date and who were determined to be the only responsive, responsible bidders in accordance with the bid specifications. The term of the contract will be for two (2) years, 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. Pursuant to N.J.A.C. 5:30-5.5(d), funds for 2016 and subsequent years (if applicable) are contingent upon appropriations.

 

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, for account code lines: NW011-160-1604-71560, NW011-160-1604-71280, NW011-160-1605-71280, NW011-160-1607-71280, NW011-160-1607-71560, covering the amount of the order. This contract shall not exceed Three Hundred Thousand Dollars and Zero Cents ($300,000.00) for the two (2) year term for three (3) vendors.                                           

 

5.                     A duly executed copy of the contract shall be forthwith filed in the Office of the City Clerk by the Supervising Procurement Specialist.

 

6.                     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 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 dated May 7, 2008.

 

STATEMENT

 

This resolution authorizes the Mayor and the Supervising Procurement Specialist, to award a two (2) year contract to the following three vendors: Dejana Industries, Inc., F. Basso Jr. Rubbish Removal, Inc. and Camarato Trucking, Inc. for the provision of Tandem Dump Trucks and Bucket Front End Loaders with Drivers as specified by line item numbers, to the City of Newark, at a total cost not to exceed Three Hundred Thousand Dollars and Zero Cents ($300,000.00) for three (3) vendors, collectively, for a term of two (2) years.