File #: 18-0084    Version: 1 Name: Professional Engineering Services on as needed basis (Water and Sewer Utilities)
Type: Resolution Status: Adopted
File created: 1/22/2018 In control: Water Sewer Utility
On agenda: 1/30/2018 Final action: 1/30/2018
Title: Dept/ Agency: Water and Sewer Utilities Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Professional Services Contract Purpose: Professional Engineering Services on an as needed basis Entity Name/Address: 1) AECOM Technical Services, Inc., 30 Knightsbridge Road, STE 520, Piscataway, New Jersey 08854 2) Arcadis U.S., Inc., 630 Plaza Dr., STE 200, Highlands Ranch, Colorado 80129 3) Black & Veatch Corporation, 489 Fifth Avenue, 14th Floor, New York, New York 10017 4) CDM Smith, Inc., 110 Fieldcrest Avenue, #8, Edison, New Jersey 08837 5) Civil Dynamics, Inc., 109A County Rte. 515, Stockholm, New Jersey 07460 6) CME Associates, 1460 Route 9, South Howell, New Jersey 07731 7) Dewberry Engineers, Inc., 629 Parsippany Rd, Parsippany, New Jersey 07054 8) HDR Engineering, Inc., One Riverfront Plaza, 14th Floor, Newark, New Jersey 07102 9) H2M Associates, Inc., 119 Cherry Hill Road, Parsippany, New Jersey 07054 10) Michael Baker International, Inc., 100 Airside...
Sponsors: Council of the Whole
Related files: 19-0042, 19-0041, 18-1878, 18-1830, 19-0040, 19-0055, 19-0043

Title

Dept/ Agency:  Water and Sewer Utilities

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

Type of Service: Professional Services Contract

Purpose: Professional Engineering Services on an as needed basis

Entity Name/Address: 

1)                     AECOM Technical Services, Inc., 30 Knightsbridge Road, STE 520, Piscataway, New Jersey 08854

2)                     Arcadis U.S., Inc., 630 Plaza Dr., STE 200, Highlands Ranch, Colorado 80129

3)                     Black & Veatch Corporation, 489 Fifth Avenue, 14th Floor, New York, New York 10017

4)                     CDM Smith, Inc., 110 Fieldcrest Avenue, #8, Edison, New Jersey 08837

5)                     Civil Dynamics, Inc., 109A County Rte. 515, Stockholm, New Jersey 07460

6)                     CME Associates, 1460 Route 9, South Howell, New Jersey 07731

7)                     Dewberry Engineers, Inc., 629 Parsippany Rd, Parsippany, New Jersey 07054

8)                     HDR Engineering, Inc., One Riverfront Plaza, 14th Floor, Newark, New Jersey 07102

9)                     H2M Associates, Inc., 119 Cherry Hill Road, Parsippany, New Jersey 07054

10)                     Michael Baker International, Inc., 100 Airside Drive, Moon Township, Pennsylvania 15108

11)                     Mott MacDonald LLC, 111 Wood Avenue, South Iselin, New Jersey 08830

12)                     T&M Associates, Eleven Tindall Rd., Middletown, New Jersey 07748  

Entity Address:  See Above

Contract Amount:  Not to exceed $975,000.00 for one (1) year for twelve (12) vendors

Funding Source:  2017 Budget/ Business unit NW037-Department 750-Division 7502-Account 71240              

Contract Period:  One (1) year from the date of Municipal Council approval

Contract Basis: (   ) Bid   (   ) State Vendor   (X) Prof.  Ser.   (   ) EUS  

(X) Fair & Open   (   ) No Reportable Contributions   (   ) RFP   (   ) RFQ

(   ) Private Sale   (   ) Grant   (   ) Sub-recipient   (   ) n/a

Additional Information:

This authorizes Engineering services for twelve (12) vendors with contracts, collectively, not to exceed $975,000.00 for a one (1) year period from the date of Municipal Council approval.

RFQ’s Distributed: Fourteen (14)

Proposals Received: Fourteen (14)

Proposals Selected: Twelve (12)

                 

body

 

WHEREAS, the City of Newark, Department of Water and Sewer Utilities, is in need of standby Professional Engineering Services on an as-needed basis; and

 

                     WHEREAS, pursuant to the public bidding process of the Local Public Contracts Law, N.J.S.A. 40A:11-1 et seq., the Department of Water and Sewer Utilities advertised on August 1, 2017, Request for Qualifications (RFQs) for Professional Engineering Services on a standby basis; and

 

                     WHEREAS, Fourteen (14) prospective bidders obtained RFQ packages from the Department of Water and Sewer Utilities; and

 

                     WHEREAS, on September 6, 2017 the Department of Water and Sewer Utilities received sealed Statements of Qualifications from fourteen (14) firms for the Professional Engineering Services; and

 

                     WHEREAS, of the fourteen (14) proposals evaluated, twelve (12) were chosen and two (2) proposals were not chosen; and

 

                     WHEREAS, upon review of the Statement of Qualifications submitted, the Department of Water and Sewer Utilities, has determined that the following firms submitted proposals for this service which the City found in its best interests:

 

1)                     AECOM Technical Services, Inc., 30 Knightsbridge Road, STE 520, Piscataway, New Jersey 08854, for a not to exceed price of $100,000.00;

2)                     Arcadis U.S., Inc., 630 Plaza Dr. STE 200, Highlands Ranch, Colorado 80129, for a not to exceed price of $100,000.00;

3)                     Black & Veatch Corporation, 489 Fifth Avenue, 14th Floor, New York, New York 10017, for a not to exceed price of $75,000.00;

4)                     CDM Smith, Inc., 110 Fieldcrest Avenue, #8, Edison, New Jersey 08837, for a not to exceed price of $100,000.00;

5)                     Civil Dynamics, Inc., 109A County Rte. 515, Stockholm, New Jersey 07460, for a not to exceed price of $50,000.00;

6)                     CME Associates, 1460 Route 9, South Howell, New Jersey 07731, for a not to exceed price of $50,000.00;

7)                     Dewberry Engineers Inc., 629 Parsippany Rd, Parsippany, New Jersey 07054, for a not to exceed price of $50,000.00;

8)                     HDR Engineering, Inc., One Riverfront Plaza 14th Floor, Newark, New Jersey 07102, for a not to exceed price of $100,000.00;

9)                     H2M Associates, Inc., 119 Cherry Hill Road, Parsippany, New Jersey 07054, for a not to exceed price of $100,000.00;

10)                     Michael Baker International, Inc., 100 Airside Drive, Moon Township, Pennsylvania 15108, for a not to exceed price of $100,000.00;

11)                     Mott MacDonald LLC, 111 Wood Avenue South Iselin, New Jersey 08830, for a not to exceed price of $100,000.00, and;

12)                     T & M Associates, Eleven Tindall Rd., Middletown, New Jersey 07748; for a not to exceed price of $50,000.00; and

 

                     WHEREAS, the City of Newark desires to award a contract to each of the aforementioned vendors in the amounts specified above for Professional Engineering Services on an as needed basis, for a one (1) year period from the date of Municipal Council approval; and

 

WHEREAS, the award of this contract is necessary for the efficient operation of the City of Newark’s Department of Water and Sewer Utilities and is in compliance with Local Public Contracts Law, N.J.S.A. 40A:11-1 et seq., and with the Fair and Open Process described in the New Jersey Local Unit Pay-to-Play Law, N.J.S.A. 19:44A-20.5, et seq.; and

 

                     WHEREAS, the Municipal Council adopted the Contractor Pay-to-Play Reform Ordinance, R.O. 2:4-22C, which forbids the award of a contract to a business entity, as defined therein, which has made or solicited political contributions to Newark Municipal Candidates, office holders having ultimate responsibility for the award of a contract; candidate committees of the aforementioned candidates; and political or political party committees of the City of Newark or County of Essex; and continuing political committees or political action committees regularly engaged in the support of the City of Newark Municipal or County of Essex election and certain other political party or candidate committees, in excess of certain thresholds; and

 

WHEREAS, this contract is for an amount over $17,500.00 and is being awarded as a fair and open contract pursuant to N.J.S.A. 19:44A-20.5.

 

NOW, THEREFORE, BE IT RESOLVED BY THE MNICIPAL COUNCIL OF THE CITY OF NEWARK, NEW JERSEY, THAT:

 

1.                     The Mayor and/or his designee, the Director of the Department of the Water and Sewer Utilities is hereby authorized to enter into contracts for professional engineering services with the following firms for a one (1) year period from authorization of contract by Municipal Council, as follows:

1) AECOM Technical Services, Inc., 30 Knightsbridge Road, STE 520, Piscataway, New Jersey 08854, for a not to exceed price of $100,000.00
                     
2) Arcadis U.S., Inc.,
630 Plaza Dr., STE 200, Highlands Ranch, Colorado 80129, for a not to exceed price of $100,000.00;
3) Black & Veatch Corporation, 489 Fifth Avenue, 14
th Floor, New York, New York 10017, for a not to exceed price of $75,000.00;                     
4) CDM Smith, Inc., 110 Fieldcrest Avenue, #8, Edison, New Jersey 08837, for a not to exceed price of $100,000.00;
5) Civil Dynamics, Inc., 109A County Rte 515, Stockholm, New Jersey 07460, for a not to exceed price of $50,000.00;
6) CME Associates, 1460 Route 9, South Howell, New Jersey 07731, for a not to exceed price of $50,000.00;
7) Dewberry Engineers Inc., 629 Parsippany Rd, Parsippany, New Jersey 07054, for a not to exceed price of $50,000.00;
8) HDR Engineering, Inc., One Riverfront Plaza 14
th Floor, Newark, New Jersey 07102, for a not to exceed price of $100,000.00;                     
9) H2M Associates, Inc., 119 Cherry Hill Road, Parsippany, New Jersey 07054, for a not to exceed price of $100,000.00;

10) Michael Baker International, Inc., 100 Airside Drive, Moon Township, Pennsylvania 15108, for a not to exceed price of $100,000.00;                     
11) Mott MacDonald LLC, 111 Wood Avenue South, Iselin, New Jersey 08830; for a not to exceed price of $100,000.00, and;
12) T & M Associates, Eleven Tindall Rd., Middletown, New Jersey 07748; for a not to exceed price of $50,000.00.

2.                     These are open-ended contracts to be used as needed during the term of the contracts.  Thus, for any and all expenditures against the contracts, a Certification of Funds attesting to availability of sufficient funds, as required by and pursuant to N.J.A.C. 5:30-5.5(b), shall be executed before a contractual liability is incurred each time an order is placed covering the amount of the order.  These contracts shall not, in total, exceed $975,000.00 for one (1) year for twelve (12) vendors. 

 

3.                     Attached are three (3) Certifications of Funds of the Comptroller of the City of Newark which state that there are available sufficient legally appropriated funds for the purpose set forth above for the following vendors: CDM Smith, Inc. ($100,000.00); Michael Baker International, Inc. ($100,000.00); Mott McDonald, LLC ($100,000.00) which also state that the line appropriation of the official budget that shall be charged is Business Unit 037, Dept. 750, Div./Proj. 7502, Account Code 71240.

 

4.                     It is the responsibility of the Director of the Department of Water and Sewer Utilities to ascertain the availability of sufficient funds before ordering professional engineering services: furthermore, the Director will provide the Municipal Council and the Business Administrator with appropriate monthly reports during the term of the contract.

 

5.                     There shall be no amendment or charge to the contracts without prior approval by the Municipal Council.

 

6.                     There shall be no advance payments made against the contracts in accordance with N.J.A.C. 40A:5-16.

 

7.                     The Director of the Department of Water and Sewer Utilities shall forthwith file duly executed copies of the contracts in the Office of the City Clerk.

 

8.                     These contracts are  awarded without competitive bidding as a “Professional Service” in accordance with N.J.S.A. 40A:11-5(1)(a)(i) of the Local Public Contracts Law, because the performance of the service required must be performed by a person (or persons) licensed to practice a recognized engineering profession by the State of New Jersey, whose performance required knowledge of an advanced type in a field of learning acquired by a prolonged formal course of specializing instruction and study, as distinguished from general academic instruction.

 

9.                     These contracts are being awarded pursuant to the fair and open procedures of the State Pay-to-Play Law (N.J.S.A. 19:44A-20.5) and pursuant to the provisions of the Local Public Contracts Law (N.J.S.A. 40A:11-5(1)(a)(i)) and is in compliance with the City’s Contractor Pay-to-Play Reform Ordinance, R.O. 2:4-22C

 

STATEMENT

 

This resolution hereby authorizes the Mayor and/or his designee, the Director of Water and Sewer Utilities, to enter into and execute contracts with the following twelve (12) vendors: 1) AECOM Technical Services, Inc.;  2) Arcadis U.S., Inc.; 3) Black & Veatch Corporation; 4) CDM Smith, Inc.; 5) Civil Dynamics, Inc.; 6) CME Associates; 7) Dewberry Engineers, Inc.; 8) HDR Engineering, Inc.; 9) H2M Associates, Inc.; 10) Michael Baker International, Inc.; 11) Mott MacDonald, LLC, and 12) T&M Associates for Professional Engineering Services to be provided on an as needed basis for one (1) year from the date of Municipal Council approval, for a total combined cost not to exceed $975,000.00 for the twelve (12) vendors.