|
REGULAR MEETING DECEMBER 12, 2011 400
<br /> 1. Statement of Local Indiana Business Status and Claim of Price Preference
<br /> Submitted
<br /> 1 Contractor's Non-Collusion Affidavit, Non-Debarment Affidavit, Employment
<br /> Eligibility Verification, Non-Discrimination Commitment for Contractors and
<br /> Certification of Use of United States Steel Products or Foundry Products was
<br /> Submitted
<br /> PROPOSAL FOR SECTION B: $16,185.00
<br /> TRI-M CONSTRUCTION
<br /> 1632 West Indiana Avenue
<br /> South Bend, Indiana 46613
<br /> Proposal was submitted by Mr. Marty Mersich
<br /> I. Statement of Local Indiana Business Status and Claim of Price Preference
<br /> Submitted
<br /> 2. Contractor's Non-Collusion Affidavit, Non-Debarment Affidavit, Employment
<br /> Eligibility Verification, Non-Discrimination Commitment for Contractors and
<br /> Certification of Use of United States Steel Products or Foundry Products was
<br /> Submitted
<br /> PROPOSAL FOR SECTION A: $0.75/LF
<br /> Ms. Greene noted that both bidders submitted a Local Preference Claim Certification. Upon a
<br /> motion made by Mr. Inks, seconded by Mr. Price and carried, the above Proposals were referred
<br /> to Community and Economic Development for review and recommendation.
<br /> APPROVE BID AWARD EXTENSION — TWO (2) .2011 OR NEWER FRONT-WHEEL
<br /> DRIVE POLICE PATROL VEHICLES THIRD-PARTY INSURANCE CARRIER
<br /> REIMBURSEMENT5)
<br /> Chief Gary Horvath, Police Department, advised the Board that on March 14, 2011, the above
<br /> referenced bid was awarded to the lowest responsible, responsive bidder, Arnell Chevrolet, Inc.,
<br /> 239 Melton Road, Burns Harbor, Indiana 46304, Arnell Chevrolet, Inc. has agreed to extend the
<br /> unit prices to include two additional vehicles. Chief Horvath recommended that the Board
<br /> approve the bid award extension in the amount of $21,604.81 per vehicle with options at
<br /> $1,025.00 for a total $45,259.62 for two vehicles. Therefore, Mr. Inks made a motion that the
<br /> recommendation be accepted and the bid award extension be approved subject to the third party
<br /> insurance funding approval. Mr. Price seconded the motion, which carried.
<br /> AWARD QUOTATION AND APPROVE CONSTRUCTION_ CONTRACT — PINHOOK
<br /> FILTER BLOWER REPLACEMENT - PROJECT NO. 111-077 (WATER WORKS CAPITAL)
<br /> Mr. John Wiltrout, Water Works, advised the Board that on November 21, 2011, quotations were
<br /> received and opened for the above referenced project. After reviewing those quotations, Mr.
<br /> Wiltrout recommended that the Board award the contract to the lowest responsive and
<br /> responsible bidder, Herrman & Goetz, Inc., 225 South Lafayette Boulevard, South Bend, Indiana
<br /> 46601, in the amount of $19,798.00. Therefore, Mr. Inks made a motion that the
<br /> recommendation be accepted and the quotation be awarded as outlined above. Mr. Price
<br /> seconded the motion, which carried.
<br /> AWARD QUOTATION AND APPROVE CONSTRUCTION CONTRACT — PINHOOK
<br /> WELL NO. 4 RECONDITIONING AND PUMP ASSEMBLY - PROJECT NO. 111-076
<br /> WATER WORKS CAPITAL
<br /> Mr, John Wiltrout, Water Works, advised the Board that on November 21, 2011, quotations were
<br /> received and opened for the above referenced project. After reviewing those quotations, Mr.
<br /> Wiltrout recommended that the Board award the contract to the lowest responsive and
<br /> responsible bidder for the above referenced project, Peerless Midwest, 55860 Russell Industrial
<br /> Parkway, Mishawaka, Indiana 46545 in the amount of $62,229.06. Therefore, Mr. Inks made a
<br /> motion that the recommendation be accepted and the quotation be awarded as outlined above.
<br /> Mr. Price seconded the motion, which carried.
<br />
|