File #: 19-0982    Version: 1 Name: CLEANING EQUIPMENT AND SUPPLIES
Type: Resolution Status: Adopted
File created: 6/10/2019 In control: Administration
On agenda: 7/10/2019 Final action: 7/10/2019
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: To provide cleaning equipment and supplies. Description: Cleaning Equipment and Supplies Entity Name(s)/Address(s): 1. All American Poly Corp., 40 Turner Place, Piscataway, New Jersey 08854 2. American Paper Towel Co., LLC, 10 Industrial Road, Carlstadt, New Jersey 07072 3. W&D Elite Cleaning, LLC, 29 Florence Avenue #1, Irvington, New Jersey 07111 4. United Sales USA Corp., 185 30th Street, Brooklyn, New York 11232 5. TSP Maintenance Supply, LLC, 52 East Drive, Livingston, New Jersey 07039 Contract Amount: $1,051,600.00 Funding Source: 2019 Budget/ Department of Water and Sewer Utilities NW037-750-7502-8332-B2019/ Department of Public Safety/Fire Division / NW011-190-1903-83240-B2019/ Department of Public Works/Division of Public Buildings / NW011-060-0604-83320-B2019/ Office of the City Clerk / NW011-020-0201-...
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 cleaning equipment and supplies.

Description: Cleaning Equipment and Supplies  

Entity Name(s)/Address(s):

1. All American Poly Corp., 40 Turner Place, Piscataway, New Jersey 08854

2. American Paper Towel Co., LLC, 10 Industrial Road, Carlstadt, New Jersey 07072

3. W&D Elite Cleaning, LLC, 29 Florence Avenue #1, Irvington, New Jersey 07111

4. United Sales USA Corp., 185 30th Street, Brooklyn, New York 11232

5. TSP Maintenance Supply, LLC, 52 East Drive, Livingston, New Jersey 07039

Contract Amount: $1,051,600.00

Funding Source:  2019 Budget/ Department of Water and Sewer Utilities NW037-750-7502-8332-B2019/ Department of Public Safety/Fire Division / NW011-190-1903-83240-B2019/ Department of Public Works/Division of Public Buildings / NW011-060-0604-83320-B2019/ Office of the City Clerk / NW011-020-0201-83870-B2019/ Department of Health and Community Wellness / NW051-G17-H17A0-83870-B2017/ Department of Public Works/Division of Sanitation / NW011-060-0604-83320-B2019/ Department of Public Safety/Office of Emergency Management / NW011-190-1904-83870-B2019/ Department of Recreation, Cultural Affairs and Senior Services / NW011-160-1606-83840-B2019/ Department of Recreation, Cultural Affairs and Senior Services

NW011-160-1608-83420-B2019/ Department of Recreation, Cultural Affairs and Senior Services / NW011-160-1609-83840-B2019

Contract Period:  To be established for a period not to exceed two (2) 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: September 11, 2018

Bids Solicited: Six (6)

Bids Received: Three (3)

 

Re-Advertisement: March 12, 2019

Addendum No. 1: April 9, 2019

Bids Solicited: Eight (8)

Bids Received: Five (5)

 

body

 

WHEREAS, on September 11, 2018, the City of Newark through its Purchasing Agent, QPA, advertised to solicit bids for contractors to provide cleaning equipment and supplies to the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and the Department of Recreation, Cultural Affairs and Senior Services, as per the bid proposal attached hereto; and

 

WHEREAS,                      the Division of Central Purchasing also distributed six (6) bid proposal packages to prospective vendors following the date of advertisement; and

WHEREAS, on September 27, 2018, three (3) bids were received in response to said advertisement; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-13.2(d), all bids were rejected to allow the contracting unit the opportunity to substantially revise the specifications for the goods or services; and

 

WHEREAS, on March 12, 2019, the City of Newark through its Purchasing Agent, QPA, re-advertised to solicit bids for contractors to provide cleaning equipment and supplies to the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and the Department of Recreation, Cultural Affairs and Senior Services, as per the bid proposal attached hereto; and

 

WHEREAS, the Division of Central Purchasing also distributed eight (8) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, it was determined that sealed bids scheduled to be received on March 28, 2019 for Cleaning Equipment and Supplies should be postponed to substantially revise the specifications and price schedule; and

 

WHEREAS, on April 9, 2019, the City of Newark, through its Purchasing Agent, QPA, advertised Addendum No. 1 and all vendors were issued an addendum, pursuant to N.J.S.A. 40A:11-23(c); and

 

WHEREAS, on April 25, 2019, five (5) bids were received in response to this advertisement; and

 

WHEREAS, the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and the Department of Recreation, Cultural Affairs and Senior Services, recommended that multiple contracts be awarded to (1) All American Poly Corp. (2) American Paper Towel Co., LLC, (3) W&D Elite Cleaning, (4) United Sales USA Corp., and (5) TSP Maintenance Supply the lowest responsible and responsive bidders; and

 

WHEREAS, the Purchasing Agent, QPA, concurred with the recommendations from the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and Department of Recreation Cultural Affairs and Senior Services that multiple contracts be awarded to (1) All American Poly Corp. (2) American Paper Towel Co., LLC, (3) W&D Elite Cleaning, (4) United Sales USA Corp., and (5) TSP Maintenance Supply the lowest responsible and responsive bidders; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the bidders 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 authorized to enter into multiple contracts with (1) All American Poly Corp., 40 Turner Place, Piscataway, New Jersey 08854 (2) American Paper Towel Co., LLC, 10 Industrial Road, Carlstadt, New Jersey 07072 (3) W&D Elite Cleaning, LLC, 29 Florence Avenue #1, Irvington, New Jersey 07111 (4) United Sales USA Corp., 185 30th Street, Brooklyn, New York 11232; and (5) TSP Maintenance Supply, LLC, 52 East Drive, Livingston, New Jersey 07039 to provide cleaning equipment and supplies to the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and the Department of Recreation, Cultural Affairs and Senior Services, whose bids were received on the advertised due date and determined to be the lowest responsible and responsive bidders in accordance with the bid specifications.  The term of the contracts will be established for a period not to exceed two (2) years, pursuant to N.J.S.A. 40A:11-15, at a cost not to exceed One Million Fifty-One Thousand Six Hundred Dollars and Zero Cents for five (5) 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 2019 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: (1) NW037-750-7502-8332-B2019/Department of Water and Sewer Utilities, (2) NW011-190-1903-83240-B2019/Department of Public Safety/Fire Division, (3) NW011-060-0604-83320-B2019/Department of Public Works/Division of Public Buildings, (4) NW011-020-0201-83870-B2019/Office of the City Clerk, (5) NW051-G17-H17A0-83870-B2017/Department of Health and Community Wellness, (6) NW011-060-0604-83320-B2019/Department of Public Works/Division of Sanitation, (7) NW011-190-1904-83870-B2019/Department of Public Safety/Office of Emergency Management, (8) NW011-160-1606-83840-B2019/Department of Recreation Cultural Affairs and Senior Services, (9) NW011-160-1608-83420-B2019/Department of Recreation Cultural Affairs and Senior Services, and (10) NW011-160-1609-83840-B2019/Department of Recreation, Cultural Affairs and Senior Services covering the amount of the order.  The sum total of the contracts shall not exceed One Million Fifty-One Thousand Six Hundred Dollars and Zero Cents for two (2) years and five (5) vendors.

 

5.                     A duly executed copy of the contracts shall be filed in the Office of the City Clerk by the Purchasing Agent.

 

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 Purchasing Agent, QPA, to enter into and execute contracts with (1) All American Poly Corp. (2) American Paper Towel Co., LLC, (3) W&D Elite Cleaning, (4) United Sales USA Corp., and (5) TSP Maintenance Supply to provide cleaning equipment and supplies to the Department of Water and Sewer Utilities, Department of Public Safety, Department of Public Works, Office of the City Clerk, Department of Health and Community Wellness, and the Department of Recreation, Cultural Affairs and Senior Services, at a cost not to exceed One Million Fifty-One Thousand Six Hundred Dollars and Zero Cents ($1,051,600.00) for two (2) years and five (5) vendors.