REGULAR MEETING
<br />MAY 22, 2018 160
<br />Quotation was submitted by Kevin Kampe
<br />QUOTATION: $11,770.00
<br />Upon a motion made by Ms. Maradik, seconded by Ms. Dorau and carried, the above quotations
<br />were referred to Central Services for review and recommendation.
<br />APPROVAL OF REQUEST TO REJECT PROPOSALS AND RE -ADVERTISE — BUILDING
<br />CLEANING SERVICES FOR THE CITY OF SOUTH BEND VENUES PARKS AND ARTS
<br />(EVENT FUNDS
<br />In a memorandum to the Board, Ms. Denise Zigler, Morris Performing Arts Center, requested
<br />permission to reject all bids for the above referenced project due to exceeding the budget.
<br />Therefore, upon a motion made by Ms. Maradik, seconded by Ms. Dorau and carried, the above
<br />request was approved.
<br />AWARD BID — TWO-WAY CONVERSION OF COLFAX AVENUE — PROJECT NO. 115-
<br />053A (WWDA TIFF
<br />Mr. Roger Nawrot, Engineering, advised the Board that on April 24, 2018 bids were received
<br />and opened for the above referenced project. After reviewing those bids, Mr. Nawrot
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Rieth-Riley Construction Co., Inc., 25200 State Road 23, South Bend, IN 46614 in the amount
<br />not to exceed $546,703.93. Therefore, Ms. Maradik made a motion that the recommendation be
<br />accepted and the bid be awarded as outlined above. Ms. Dorau seconded the motion, which
<br />carried.
<br />AWARD BID — ONE (1) OR MORE 2018 OR NEWER FULL SIZE CARGO VANS — SPEC
<br />C (WASTEWATER CAPITAL)
<br />Mr. Jeff Hudak, Central Services, advised the Board that on April 24, 2018, bids were received
<br />and opened for the above referenced vehicles. After reviewing those bids, Mr. Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Jordan Ford, 609 E. Jefferson Blvd., Mishawaka, IN 46545, in the amount of $29,866. In his
<br />memo, Mr. Hudak noted that Gates Chevy World was the lowest bidder, but they were not
<br />responsive to the bid specifications for the minimum interior height for the cargo area within the
<br />van. Therefore, Ms. Maradik made a motion that the recommendation be accepted and the bid be
<br />awarded and the contract approved as outlined above. Ms. Dorau seconded the motion, which
<br />carried.
<br />AWARD BID — ONE (1) OR MORE 2018 OR NEWER 3 '/2 TON UTILITY TRUCK WITH
<br />CRANE — SPEC L (WATER WORKS CAPITAL)
<br />Mr. Jeff Hudak, Central Services, advised the Board that on April 24, 2018, bids were received
<br />and opened for the above referenced vehicles. After reviewing those bids, Mr. Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Selking International Trucks, 4849 W. Western Ave., South Bend, IN 46619, in the amount of
<br />$177,117.32. Therefore, Ms. Maradik made a motion that the recommendation be accepted and
<br />the bid be awarded and the contract approved as outlined above. Ms. Dorau seconded the motion,
<br />which carried.
<br />AWARD BID — TWO (2) MORE OR LESS 2018 OR NEWER, 4X4 CREW CAB
<br />CONCRETE TRUCKS — SPEC N (SEWER DEPARTMENT CAPITAL)
<br />Mr. Jeff Hudak, Central Services, advised the Board that on April 24, 2018, bids were received
<br />and opened for the above referenced vehicles. After reviewing those bids, Mr. Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Jordan Ford, 609 E. Jefferson Blvd., Mishawaka, IN 46545, in the amount of $58,635 per truck
<br />for a total of $117,270. Therefore, Ms. Maradik made a motion that the recommendation be
<br />accepted and the bid be awarded and the contract approved as outlined above. Ms. Dorau
<br />seconded the motion, which carried.
<br />AWARD BID — ONE (1) OR MORE 2018 OR NEWER 10 CUBIC YARD
<br />LOADERS/BACKHOES — SPEC K (WATER WORKS CAPITAL)
<br />Mr. Jeff Hudak, Central Services, advised the Board that on April 24, 2018, bids were received
<br />and opened for the above referenced equipment. After reviewing those bids, Mr. Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />
|