File #: 19-1707    Version: 1 Name: Automotive Accessories
Type: Resolution Status: Adopted
File created: 10/28/2019 In control: Administration
On agenda: 1/8/2020 Final action: 1/8/2020
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: To provide a range of automotive accessory replacement parts and supplies for the Department of Public Works and the Department of Water and Sewer Utilities. Description: Automotive Accessories Entity Name(s)/Address(s): 1) Appolonia Inc. t/a Air Brake & Equipment, 225 Route 22 West, Hillside, New Jersey 07205 2) East Coast Emergency Lighting Inc., 200 Meco Drive, Millstone Township, New Jersey 08535 3) Gabrielli Kenworth of New Jersey LLC, 2300 Route 130, North Dayton, New Jersey 08810 4) Rodriguez Distribution Inc., 605 McCarter Highway, Newark, New Jersey 07102 5) Samuel's Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vaux Hall, New Jersey 07088 6) Superior Distributors Co. Inc., 4 Midland Avenue, Elmwood Park, New Jersey 07407 Contract Amount: Not to exceed $108,000.00 Funding Source: 2019 Budge...
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 a range of automotive accessory replacement parts and supplies for the Department of Public Works and the Department of Water and Sewer Utilities.

Description: Automotive Accessories  

Entity Name(s)/Address(s): 

1) Appolonia Inc. t/a Air Brake & Equipment, 225 Route 22 West, Hillside, New Jersey  07205

2) East Coast Emergency Lighting Inc., 200 Meco Drive, Millstone Township, New Jersey  08535

3) Gabrielli Kenworth of New Jersey LLC, 2300 Route 130, North Dayton, New Jersey  08810

4) Rodriguez Distribution Inc., 605 McCarter Highway, Newark, New Jersey 07102

5) Samuel’s Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vaux Hall, New Jersey 07088

6) Superior Distributors Co. Inc., 4 Midland Avenue, Elmwood Park, New Jersey 07407

Contract Amount: Not to exceed $108,000.00

Funding Source:  2019 Budget/Department of Public Works/Division of Motors/NW011-060-0602-83860-B2019; Department of Public Works/Division of Sanitation/NW011-060-0605-83420-B2019; and Department of Water and Sewer Utilities/NW037-750-7502-83630-B2019

Contract Period:  To be established for a period not to exceed twenty-four (24) consecutive months

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 13, 2019

Bids Solicited: Seven (7)

Bids Received: Six (6)

body

 

WHEREAS, on August 13, 2019, the City of Newark, through the Purchasing Agent, QPA, advertised to solicit bids for contractors to provide a range of automotive accessory replacement parts and supplies for the Department of Public Works and the Department of Water and Sewer Utilities; and

 

WHEREAS, the Division of Central Purchasing also distributed seven (7) bid proposal packages to prospective vendors following the date of advertisement and published the bid package on the City of Newark’s website to provide broader access and download capabilities to potential bidders; and

 

WHEREAS, on August 29, 2019, six (6) bids were received in response to the advertisement; and

 

WHEREAS, the Director of the Department of Public Works, the Manager of the Division of Motors, and the Acting Director for the Department of Water and Sewer Utilities recommend that multiple awards be made to (1) Appolonia Inc. t/a Air Brake & Equipment, (2) East Coast Emergency Lighting Inc., (3) Gabrielli Kenworth of New Jersey LLC, (4) Rodriguez Distribution Inc., (5) Samuel’s Inc. t/a Buy Wise Auto Parts, and (6) Superior Distributors Co. Inc.; the highest discount off per brand per line item per year; and

 

WHEREAS, the Purchasing Agent, QPA, concurs with the recommendations of the Director of the Department of Public Works, the Manager of the Division of Motors, and the Acting Director of the Department of Water and Sewer Utilities that multiple awards be made to (1) Appolonia Inc. t/a Air Brake & Equipment, (2) East Coast Emergency Lighting Inc., (3) Gabrielli Kenworth of New Jersey LLC, (4) Rodriguez Distribution Inc., (5) Samuel’s Inc. t/a Buy Wise Auto Parts, and (6) Superior Distributors Co. Inc.; the highest discount off per brand per line item per year; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the bidders consented to holding price bids 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, are authorized to enter into multiple contracts with (1) Appolonia Inc. t/a Air Brake & Equipment, 225 Route 22 West, Hillside, New Jersey, 07205 for Line Items 1-10 and 12-17 for Year One and Year Two; (2) East Coast Emergency Lighting Inc., 200 Meco Drive, Millstone Township, New Jersey  08535 for Line Items 3 and 9 for Year One and Year Two; (3) Gabrielli Kenworth of New Jersey LLC, 2300 Route 130, North Dayton, New Jersey  08810 for Line Items 1-5, 8-11, and 14-17 for Year One and Year Two; (4) Rodriguez Distribution Inc., 605 McCarter Highway, Newark, New Jersey  07102 for Line Items 2-10, 13 and 17 for Year One and Year Two; (5) Samuel’s Inc. t/a Buy Wise Auto Parts, 2091 Springfield Avenue, Vaux Hall, New Jersey 07088 for Line Items 1-2, 5-7, and 10-17 for Year One and Year Two; and (6) Superior Distributors Co. Inc., 4 Midland Avenue, Elmwood Park, New Jersey  07407 for Line Items 1-3, 5-8, and 10-13 for Year One and Line Items 1-8 and 10-13 for Year Two to provide a range of automotive accessory replacement parts and supplies for the Department of Public Works and the Department of Water and Sewer Utilities.  The term of the contracts will be established for a period not to exceed twenty-four (24) consecutive months, pursuant to N.J.S.A. 40A:11-15.

 

2.                     There shall be no amendment or change to the contracts without the approval of the Municipal Council by resolution.

 

3.                     There shall be no advance payment on the contracts 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.  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) NW011-060-0602-83860-B2019/Department of Public Works/Division of Motors, (2) NW011-060-0605-83420-B2019/Department of Public Works/Division of Sanitation, and (3) NW037-750-7502-83630-B2019/Department of Water and Sewer Utilities; covering the amount of the order.  This contract shall not exceed One Hundred Eight Thousand Dollars and Zero Cents ($108,000.00).

 

5.                     A duly executed copy of the contracts shall be forthwith 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 contracts with (1) Appolonia Inc. t/a Air Brake & Equipment, (2) East Coast Emergency Lighting Inc., (3) Gabrielli Kenworth of New Jersey LLC, (4) Rodriguez Distribution Inc., (5) Samuel’s Inc. t/a Buy Wise Auto Parts,  and (6) Superior Distributors Co. Inc.,  to provide a range of automotive accessory replacement parts and supplies for the Department of Public Works and the Department of Water and Sewer Utilities, at a cost not to exceed One Hundred Eight Thousand Dollars and Zero Cents ($108,000.00) for a period not to exceed twenty-four (24) consecutive months.