Title
Dept/ Agency: Administration/Division of Central Purchasing
Action: ( ) Ratifying (X) Authorizing ( ) Amending
Type of Service: Bid Contract(s)
Purpose: Towing Services: City Owned Vehicles (Light Duty & Heavy Duty)
Entity Name(s)/Address(s): B & C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105
Contract Amount: $ 580,000.00
Funding Source: Department of Public Works/Division of Motors - NW011-060-0602-71770-B2018, Department of Water and Sewer Utilities - NW037-750-7502-07225-B2018
Contract Period: To be establish for a period not to exceed (2) years
Contract Basis: (X ) Bid ( ) State Vendor ( ) Prof. Ser. ( ) EUS
( X ) Fair & Open ( ) No Reportable Contributions ( ) RFP ( ) RFQ
( ) Private Sale ( ) Grant ( ) Sub-recipient ( ) n/a
Entity Name/Address:
Additional Information:
Advertisement Date: April 3, 2018
Re-Advertised: May 22, 2018
Number of Bids Solicited: Sixteen (16)
Number of Bids Received: One (1)
body
WHEREAS, on April 3, 2018, the City of Newark through its Supervising Procurement Specialist, QPA, advertised to solicit bids for Towing Services: City Owned Vehicles, which the contractor will provide to the City of Newark, for the Department of Water & Sewer Utilities and Department of Public Works/Motors usage as described in the attached bid proposal; and
WHEREAS, on April 19, 2018, the Division of Purchasing received one bid from a vendor in response to the advertisement. On May 15, 2018, that bid was rejected for various reasons and the decision was made to rebid the contract; and
WHEREAS, on May 22, 2018, the City of Newark through its Supervising Procurement Specialist, QPA, re-advertised to solicit bids for Towing Services: City Owned Vehicles, which the contractor will provide to the City of Newark, for the Department of Water & Sewer Utilities and Department of Public Works/Motors usage as described in the attached bid proposal; and
WHEREAS, the Division of Central Purchasing also solicited sixteen (16) bids from prospective vendors from its established bid list, and
WHEREAS, on June 14, 2018 (1) bid was received in response to this advertisement; and
.
WHEREAS, the Department of Water and Sewer Utilities and Department of Public Works/ Motors recommends that an award be made to B & C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105, the responsive and responsible bidder; and
WHEREAS, the Supervising Procurement Specialist, QPA, concurs from review and evaluation with the recommendation that the award be made to B & C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105, the responsive and responsible bidder; and
WHEREAS, pursuant to N.J.S.A. 40A: 11-24, the vendor agreed to hold their prices beyond 60 days, specifically until December 31, 2018; 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, QPA, are hereby authorized to enter into and execute a contract with B & C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105, for the provision of Towing Services: City Owned Vehicles for the City of Newark, Department of Water & Sewer Utilities and Department of Public Works/Motors whose bid was received on the advertised due date and determined to be the responsive and responsible bidder in accordance with bid specifications. The term of the contract will be established for two (2) years; pursuant to N.J.S.A. 40A: 11-15.
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 2017 and subsequent years are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5 (d) (2).
4. This is an open-ended contract to be used as needed. 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 NW037-750-7502-07225-B2018-
Department of Water Sewer Utilities and NW011-060-0602-71770-
B2018-Public Works/Motors. This contract shall not exceed
$580,000.00 (Five Hundred Eighty Thousand Dollars and Zero Cents)
for a period of two (2) years.
5. The Supervising Procurement Specialist, QPA, shall forthwith file a
Duly executed copy of this contract in the Office of the City.
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/ or his designee, the Supervising Procurement Specialist, QPA, to enter into and execute a contract with B & C Towing, Inc., 527 Avenue P, Newark, New Jersey 07105 to provide Towing Services: City Owned Vehicles to the City of Newark, Department of Water and Sewer Utilities and Department of Public Works/Motors for a contract amount not to exceed $580,000.00 for a term not to exceed two (2) years.