File #: 17-0709    Version: Name: lead hazard Contractors
Type: Resolution Status: Adopted
File created: 4/11/2017 In control: Administration
On agenda: 8/2/2017 Final action: 8/2/2017
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: Lead Hazard Control and Reduction Service and Healthy Homes Production (Contractors) Entity Name(s)/Address(s): See below list Contract Amount: Amount not to exceed $2,050,000.00 for two (2) years Funding Source: Housing and Urban Development (HUD) Grant/Department of Health and Community Wellness: NW051-G17-H17A0-72040-B2017 NW051-G17-H17A0-71620-B2017 NW051-G17-H17A0-71640-B2017 Contract Period: To be established for a period of 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 Names/Addresses: 1. EnviroScience Solutions, LLC, 28 North Day Street, Orange, New Jersey 07050 2. Optimum Environmental Solutions, 2717...
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: Lead Hazard Control and Reduction Service and Healthy Homes Production (Contractors)

Entity Name(s)/Address(s):  See below list

Contract Amount: Amount not to exceed $2,050,000.00 for two (2) years

Funding Source:  Housing and Urban Development (HUD) Grant/Department of Health and Community Wellness: 

NW051-G17-H17A0-72040-B2017

NW051-G17-H17A0-71620-B2017

NW051-G17-H17A0-71640-B2017

Contract Period:  To be established for a period of 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 Names/Addresses:                                            

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

2. Optimum Environmental Solutions, 2717 Linwood Road, Union, New Jersey 07083

3.Turningpoint Contracting, Corporation, 51 Berkeley Terrace, 1st Floor, Irvington, New Jersey 07111

4. AS Environmental LLC, 640 E. Front Street, Plainfield, New Jersey 07060

5. A. Molly Company Environmental Services, LLC, 174 Passaic Avenue, Fairfield, New Jersey07004

6. Joseph Environmental LLC, 80 Varsity Road, Newark, New Jersey 07106

7. Apex Development, Inc. 358 Broadway, Newark, New Jersey 07104

8. AAA Lead Professionals, 6 White Dove Court, Lakewood, New Jersey 08701

9. LEW Corporation, 1090 Bristol Road, Mountainside, New Jersey 07092

Additional Information: 

Bids Solicited: Twenty three (23)

Bids Received: Ten (10)

Bids Rejected: One (1)

body

 

WHEREAS, on December 20, 2016, the City of Newark through its Supervising Procurement Specialist, QPA, advertised to solicit bids for contractor (s) to provide Lead Hazard Control and Reduction Services and Healthy Homes Production, for the Department of Health and Community Wellness, Division of Environmental Health; and

 

WHEREAS, the Division of Central Purchasing also mailed twenty-three (23) packages to prospective vendors from its established bidders list following the date of advertisement; and

 

WHEREAS, on January 12, 2017, ten (10) bids were received in response to this advertisement; and

 

WHEREAS, the Department of Health and Community Wellness, Division of Environmental Health rejected the bid submitted by the vendor Absolute Abatement & Contractor Services LLC, 141 Elm Street, West Orange, New Jersey 07052 due to non-compliance with licensure requirements for the services; specifically, the vendor did not have any of the licensures required by the bid proposal’s Specifications; and

 

WHEREAS, the Department of Health and Community Wellness, Division of Environmental Health and the Supervising Procurement Specialist, QPA, reviewed the responsive contractors and recommend the award be made in compliance with specifications section 7.0, Criteria for Selection; and

 

WHEREAS, the contractors shall not be ranked in any specific order pursuant to section 8.0 in the specifications. All contractors shall have an equal opportunity to submit bids on all individual projects identified by the City; the hourly rates provided by each contractor in the subject global bids for Lead Hazard Control and Reduction Services, shall be the basis from which the labor costs for each individual project shall be derived; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, all bidders agreed to hold their prices beyond 60 days, until such time as an award is made; and

 

WHEREAS, pursuant to N.J.S.A. 19:44A-20.5 et seq., solicitation 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, QPA, are hereby authorized to enter into contracts with EnviroScience Solutions, LLC, 28 North Day Street, Orange, New Jersey 07050, Optimum Environmental Solutions, 2717 Linwood Road, Union, New Jersey 07083, Turningpoint Contracting, Corporation, 51 Berkeley Terrace, Irvington, New Jersey 07111, AS Environmental LLC, 640 E. Front Street, Plainfield, New Jersey 07060, A. Molly Company Environmental Services, LLC, 174 Passaic Avenue, Fairfield, New Jersey 07004, Joseph Environmental LLC, 80 Varsity Road, Newark, New Jersey 07106, Apex Development, Inc. 358 Broadway, Newark, New Jersey 07104, AAA Lead Professionals, 6 White Dove Court, Lakewood, New Jersey 08701, and LEW Corporation, 1090 Bristol Road, Mountainside, New Jersey 07092, to provide Lead Hazard Control and Reduction Services and Healthy Homes Production (Contractors), for the City of Newark, whose bids were received on the advertised due date and determined to be responsive and responsible bidders, in a multiple award, in accordance with bid specifications. The term of the contract will be established following the authorization by Municipal Council for nine (9) vendors, 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.

 

3.                     There shall be no advance payment on this contract in accordance with N.J.S.A.40A:5-16. Funds for subsequent years are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5.

 

4.                     This is an open-ended contract, funded by a HUD grant to be used as needed during the term of the 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 incurred, each time an order is placed covering the amount of the service from accounts: NW051-G17-H17A0-72040-B2017; NW051-G17-H17A0-71620-B2017; NW051-G17-H17A0-71640-B2017. This contract shall not exceed $2,050,000.00 for two (2) years for nine (9) vendors. Services may be received from any and all vendors under the above not to exceed amount. 

 

5.                     The Supervising Procurement Specialist, QPA, shall forthwith file a duly executed copy of this contract in the Office of the City Clerk.

 

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 a contract award to nine (9) vendors: EnviroScience Solutions, LLC, Optimum Environmental Solutions, AS Environmental LLC, Turningpoint Contracting Corporation, A. Molly Company, Joseph Environmental LLC, Apex Development, Inc., AAA Lead Professionals, and LEW Corporation, to provide Lead Hazard Control and Reduction Services and Healthy Homes Production (Contractors), to the City of Newark, at a total cost not to exceed $2,050,000.00, for nine (9) vendors, for two (2) years.