File #: 18-1622    Version: 1 Name: 18-1622 Flashlight and Batteries
Type: Resolution Status: Adopted
File created: 10/12/2018 In control: Administration
On agenda: 12/19/2018 Final action: 12/19/2018
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: To provide flashlights and batteries Description: Flashlights and Batteries Entity Name(s)/Address(s): 1) Jewel Electric, LLC, 455 Third Street, Jersey City, New Jersey 07302 2) Colonial Hardware, 33 Commerce Street, Springfield, New Jersey 07081 3) Cooper Friedman Electric Supply, 1 Matrix Drive, Monroe, New Jersey 08831 Contract Amount: $93,400.00 Funding Source: 2018 Budget/Departments of Public Works/Office of the City Clerk/Municipal Council/Department of Economic and Housing Development/Department of Public Safety/Department of Water and Sewer Utilities/Department of Engineering/Department of Administration/Office of the Mayor - Municipal Court Account Code Line: NW011-060-0603-83420-B2018/DPW Parks and Grounds NW011-060-0605-83870-B2018/DPW Sanitation/Demolition NW011-060-0602-83010-B2018/DPW Motors NW011-060-0...
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: To provide flashlights and batteries

Description: Flashlights and Batteries

Entity Name(s)/Address(s):

1) Jewel Electric, LLC, 455 Third Street, Jersey City, New Jersey 07302

2) Colonial Hardware, 33 Commerce Street, Springfield, New Jersey 07081

3) Cooper Friedman Electric Supply, 1 Matrix Drive, Monroe, New Jersey 08831

Contract Amount: $93,400.00

Funding Source:  2018 Budget/Departments of Public Works/Office of the City Clerk/Municipal Council/Department of Economic and Housing Development/Department of Public Safety/Department of Water and Sewer Utilities/Department of Engineering/Department of Administration/Office of the Mayor - Municipal Court

Account Code Line:

NW011-060-0603-83420-B2018/DPW Parks and Grounds

NW011-060-0605-83870-B2018/DPW Sanitation/Demolition

NW011-060-0602-83010-B2018/DPW Motors

NW011-060-0602-83030-B2018/DPW Motors

NW011-060-0604-83380-B2018/DPW/Public Buildings

NW011-020-0201-83010-B2018/Office of the City Clerk/Municipal Council

NW011-150-1504-83360-B2018/Economic and Housing Development

NW011-190-1902-83850-B2018/Public Safety/Police

NW011-190-1903-94510-B2018/Public Safety/Fire

NW011-190-1904-83850-B2018/Public Safety/OEM

NW037-750-7502-83870-B2018/Water and Sewer Utilities

NW011-110-1107-83750-B2018/Engineering/Traffic and Signals

NW011-110-1101-83130-B2018/Engineering/Director’s Office

NW051-G18-2H8R0-83870-B2018/Health and Community Wellness, Environmental Health/Immunization/Surveillance and Prevention

NW011-030-0308-83010-B2018/Administration/Office Services

NW011-030-0303-83010-B2018/Administration/Central Purchasing

NW011-010-0107-83010-B2018/Office of the Mayor - Municipal Court

Contract Period:  To be established for a period not to exceed (2) two years, pursuant to N.J.S.A. 40A:11-15

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: 

Advertisement Date: August 21, 2018

Number of Bids Solicited: Four (4)

Number of Bids Received: Three (3)

body

 

WHEREAS, on August 21, 2018, the City of Newark, through its Purchasing Agent, QPA, advertised to solicit bids for contractor(s) to provide Flashlights and Batteries, to the Departments of Public Works, City Clerk/Municipal Council, Economic and Housing Development, Public Safety, Water & Sewer Utilities, Engineering, Health and Community Wellness, Administration and the Mayor’s Office and Municipal Courts, as per the bid proposal attached hereto; and

 

WHEREAS,                      the Division of Central Purchasing also distributed four (4) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on September 13, 2018, three (3) bids were received in response to this advertisement; and

 

WHEREAS, the Directors of the Departments of Public Works, Office City Clerk/Municipal Council, Economic and Housing Development, Public Safety, Water & Sewer Utilities, Engineering, Health and Community Wellness, Administration and the Mayor’s Office and Municipal Courts, recommended that a multiple award be made to Jewel Electric, LLC, Colonial Hardware, and Cooper Friedman Electric Supply, the only responsive and responsible bidders based on line items; and

 

WHEREAS, the Purchasing Agent, QPA, concurred with the recommendation from the Directors of Department of Public Works, Office of the Clerk/Municipal Council, Economic Housing & Development, Public Safety, Water & Sewer, Engineering, Health and Community Wellness, Administration and the Mayor’s Office and Municipal Courts, that a multiple award be made to Jewel Electric, LLC, Colonial Hardware, and Cooper Friedman Electric Supply, the only responsive, responsible bidders; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the bidder consented to holding prices bid for consideration, until 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., 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 Purchasing Agent, QPA, are hereby authorized to enter into a contract with Jewel Electric, LLC, 455 Third Street, Jersey City, New Jersey 07302, Colonial Hardware, 33 Commerce Street, Springfield, New Jersey 07081 and Cooper Friedman Electric Supply, 1 Matrix Drive, Monroe, New Jersey 08831, to provide Flashlights and Batteries to the City, whose bids were received on the advertised due date and determined to be the only responsive and responsible bidders, in accordance with the bid specifications. The term of the contract will be established for a period not to exceed a two (2) year term, pursuant to N.J.S.A.40A:11-15, at a cost not to exceed $93,400.00 for three (3) vendors.

 

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.  Funds for 2018 and subsequent years are contingent upon appropriations; pursuant to N.J.A.C. 5:30-5.5(d).

 

 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, from account code lines, NW011-060-0603-8342/ Department of Public Works,  Parks & Grounds, NW011-060-0605-8387/ Department of Public Works Sanitation, NW011-060-0602-8301/ Department of Public Works Motors, NW011-060-0602-8302/ Department of Public Works Motors, NW011-060-0604-8338-B2018/ Department of Public Works Public Buildings, NW011-020-0201-8301-B2018/ City Clerk/Municipal Council, NW011-150-1504-8336-B2018/ Economic and Housing Development, NW011-190-1902-8385-B2018/ Public Safety/ Police, NW011-190-1903-9451-B2018/ Public Safety/ Fire, NW011-190-1904-8385-B2018/ Public Safety/OEM, NW37-750-7502-8387-B2018/ Water & Sewer Utilities, NW011-110-1107-8375-B2018/ Engineering/ Traffic and Signals, NW011-110-1101-8313-B2018/ Engineering/ Director’s Office, NW051-G18-2H8R0-83870-B2018/ Health and Community Wellness Immunization/ Surveillance & Prevention, NW011-030-0308-8301-B2018/ Administration/ Office Services, NW011-030-0303-8301-B2018/ Administration/ Central Purchasing, NW011-010-0107-8301-B2018/ Mayor’s Office and Municipal Courts, will be covering the amount of the order. This contract shall not exceed $93,400.00 for a period not to exceed two (2) years.                                           

 

5.                     A duly executed copy of the contract shall be forthwith filed in the Office of the City Clerk by the Purchasing Agent, QPA.

 

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 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

 

These contracts are awarded to Jewel Electric, LLC, Colonial Hardware, and Cooper Friedman Electric Supply, to provide flashlights and batteries to the City of Newark, at a cost not to exceed $93,400.00, for a period not to exceed two (2) years for three (3) vendors.