File #: 18-0431    Version: 1 Name: Street Maintenance: Snow & Ice Removal Services , Additional Equipment
Type: Resolution Status: Adopted
File created: 3/28/2018 In control: Administration
On agenda: 9/19/2018 Final action: 9/25/2018
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing (X) Amending Type of Service: Bid Contract(s) Purpose: To provide snow removal services to the City. Description: Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment) Entity Name(s)/Address(s): Yannuzzi Group, Inc., 135 Kinnelon Road, Suite 102, Kinnelon, New Jersey 07405 Contract Amount: Not to exceed $6,750,000.00 Funding Source: 2018 Budget/Department of Public Works Account Code Line: NW011-060-0605-71920-B2018 Public Works/Sanitation and Demolition NW011-060-0603-71920-B2018 Public Works/Parks and Grounds Contract Period: To be established for a period to run concurrently with original contract term of three (3) years, pursuant to N.J.S.A. 40A:11-41 Contract Basis: (X) Bid ( ) State Vendor ( ) Prof. Ser. ( ) EUS ( ) Fair & Open ( ) No Reportable Contributions ( ) RFP ( ) RFQ ( ) Private Sale ( ...
Sponsors: Council of the Whole

Title

Dept/ Agency:  Administration/Division of Central Purchasing

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

Type of Service:  Bid Contract(s)

Purpose: To provide snow removal services to the City.

Description: Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment)

Entity Name(s)/Address(s):  Yannuzzi Group, Inc., 135 Kinnelon Road, Suite 102, Kinnelon, New Jersey 07405

Contract Amount: Not to exceed $6,750,000.00

Funding Source:  2018 Budget/Department of Public Works

Account Code Line:

NW011-060-0605-71920-B2018 Public Works/Sanitation and Demolition

NW011-060-0603-71920-B2018 Public Works/Parks and Grounds

Contract Period:  To be established for a period to run concurrently with original contract term of three (3) years, pursuant to N.J.S.A. 40A:11-41

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:   

1st Advertisement Date: January 31, 2017

Bids Solicited: Thirty-two (32)

Bid Receipt Postponed: Bids not accepted

 

2nd Advertisement Date: May 16, 2017

Bids Solicited: Thirty-four (34)

Bids Received: Ten (10)

Bids Rejected: Two (2)

 

3rd Advertisement Date: September 19, 2017 - For additional vendors

Bids Solicited: Fifteen (15)

Bids Received: One (1)

Bids Rejected: One (1)

 

4th Advertisement Date: October 17, 2017 - For additional vendors

Bids Solicited: Eleven (11)

Bids Received: Two (2)

Bids Rejected: One (1)

 

 

 

 

Yannuzzi Group Inc., is being added as the eighth (8th) vendor to the bid contract for snow removal services, which is a multiple vendor awarded contract with a total of eight (8) vendors and a total contract amount not to exceed $6,750,000.00.

1)                     Affirmative Transportation, LLC;

2)                     AOL Trucking & Carting, Inc.;

3)                     Camarato Trucking, Inc.;

4)                     Devino Trucks and Parts;

5)                     Frank Lepore Services;

6)                     IBN Construction Corporation; and

7)                     Shauger Property Services, Inc.

Deferred 7R1-e 091918

body

 

WHEREAS, on January 31, 2017, the City of Newark, through its Supervising Procurement Specialist, QPA, advertised to solicit bids for contractor(s) to provide Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment), to the Department of Public Works, as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed thirty-two (32) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on February 16, 2017, bids were not accepted in response to this advertisement; and

 

WHEREAS, in response to a vendor’s complaint about several requirements in the specifications, the Department Director felt it would be prudent to postpone the bid opening and revise the specifications; and

 

WHEREAS, the Supervising Procurement Specialist, QPA, concurred with the need to postpone the bid receipt; and

 

WHEREAS, on May 16, 2017, the City of Newark, through its Supervising Procurement Specialist, QPA, re-advertised to solicit bids for contractor(s) to provide Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading, for the Department of Public Works, as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed thirty-four (34) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on June 22, 2017, ten (10) bids were accepted in response to this advertisement, with one (1) being rejected due to failure to submit the required bid bond with the bid package and one (1) bid was deemed unresponsive because vendor failed to bid on number of vehicles available as required; and

 

WHEREAS, then Interim Director of Public Works, recommended that a multiple award be made to Affirmative Transportation, LLC; AOL Trucking & Carting, Inc.; B&C Towing, Inc.; Camarato Trucking, Inc.; Devino Trucks and Parts; Frank Lepore Services; IBN Construction Corporation; Montana Construction; and Shauger Property Services, Inc.; as the only responsive and responsible bidders; and

 

WHEREAS, the Supervising Procurement Specialist, QPA, concurred with the recommendation of then Interim Director of Public Works that a multiple award be made to Affirmative Transportation, LLC; AOL Trucking & Carting, Inc.; B&C Towing, Inc.; Camarato Trucking, Inc.; Devino Trucks and Parts; Frank Lepore Services; IBN Construction Corporation; and Shauger Property Services, Inc.; as the only responsive and responsible bidders but deemed Montana Construction unresponsive and denied recommendation as to Montana Construction; and

 

WHEREAS, thereafter, the Director for the Department of Public Works recommended that an advertisement be issued for additional snow removal equipment; and

 

WHEREAS, on September 19, 2017, the City of Newark, through its Supervising Procurement Specialist, QPA, advertised to solicit bids for contractor(s) to provide Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment), for the Department of Public Works, as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed fifteen (15) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on October 5, 2017, one (1) bid was received and rejected because bidder failed to bid on the number of vehicles available as required per instructions in response to this advertisement; and

 

WHEREAS, on October 17, 2017, the City of Newark, through its Supervising Procurement Specialist, QPA, re-advertised to solicit bids for contractor(s) to provide Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment), for the Department of Public Works, as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed eleven (11) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on November 2, 2017, two (2) bids were received in response to this advertisement, with one (1) bid being rejected due to failure to submit the required bid bond with the bid package; and

 

WHEREAS, the Director of Public Works recommended that an award be made to Yannuzzi Group, Inc., as the only responsive and responsible bidder to provide additional equipment; and

 

WHEREAS, the Supervising Procurement Specialist, QPA, concurred with the recommendation from the Director of Public Works to include the additional equipment from Yannuzzi Group, Inc., the only responsive and responsible bidder; and

 

WHEREAS, the additional equipment will supplement the bids awarded by Resolution 7R1c-dated December 6, 2017; and

 

WHEREAS, Resolution 7R1-c December 6, 2017, Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading, authorized an award of a contract to B&C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105, however, as one of the awarded vendors, they are unable to provide the required performance bond. The adoption of this resolution will remove B&C Towing, Inc. as a snow and ice removal vendor; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the bidder consented to holding prices bid for consideration until as such time as an award is made, as the law permits; 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 a contract with Yannuzzi Group, Inc., 135 Kinnelon Road, Suite 102,Kinnelon, New Jersey 07405for a term to run concurrently with the term awarded by Resolution 7R1-c120617 and a contract expiration date of January 31, 2018, to provide Street Maintenance: Snow and Ice Removal Services, Salt/Sand Spreading (Additional Equipment) to the City, whose bid was received on the advertised due date and determined to be a responsive, responsible bidder, in accordance with the bid specifications. The term of the contract will be established for a period not to exceed the three (3) year term, pursuant to N.J.S.A. 40A:11-41, at a cost not to exceed $6,750,000.00 for eight (8) vendors.

 

2.                     Resolution 7R1-c December 6, 2017, is amended to remove B&C Towing, Inc.

 

3.                     There shall be no amendment or change of this contract without the approval of the Municipal Council by resolution.

 

4.                     There shall be no advance payment on this contract in accordance with N.J.S.A. 40A:5-16.  Funds for 2018 and subsequent years are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5(d).

 

5.                     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, from Account Code Lines NW011-060-0605-83720-B2018 and NW011-060-0603-71920-B2018 covering the amount of the order. This contract for Street Maintenance: Snow and Ice Removal Services, Sand/Salt Spreading (Additional Equipment) shall not exceed $6,750,000.00 for the period February 1, 2018 through January 31, 2021, established with the award, by the adoption of Resolution 7R1-c December 6, 2017, not to exceed three (3) years. Services may be received from any and all vendors under the above amount and does not require any increase to this amount with the addition of the Yannuzzi Group, Inc.

 

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

 

7.                     If required by State Law, the City Clerk shall provide the appropriate amending 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 an award of a contract to Yannuzzi Group, Inc., 135 Kinnelon Road, Suite 102, Kinnelon, New Jersey 07405, as the eighth vendor, providing Street Maintenance: Snow and Ice Removal Services, Salt/Sand Spreading (Additional Equipment) to the City of Newark, as an additional vendor whose performance will run concurrently with the other seven (7) vendors awards previously authorized by Resolution 7R1-c adopted on December 6, 2017, provided at a cost not to exceed $6,750,000.00, for a total of eight (8) vendors for a period established not to exceed three (3) years,. This resolution also amends Resolution 7R1-c adopted on December 6, 2017, by rescinding the award to B&C Towing, Inc. for failure to provide performance bond.