Laserfiche WebLink
REGULAR MEETING DECEMBER. 22 2011 412 <br /> TGB UNLIMITED INC. <br /> DBA S&T BANCROFT ELECTRIC <br /> 25020 State Road 2 <br /> South Bead, Indiana 46619 <br /> Quotation was submitted by Mr. Ty Bancroft <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 /> QUOTATION: <br /> Base Bid $25,448.00 <br /> Alternate A $5,410.00 <br /> Total $30,858.00 <br /> _MARTELL ELECTRIC, LLC <br /> 4601 Cleveland Road <br /> South Bend, Indiana 46628 <br /> Quotation was submitted by Mr. Scott Kirkpatrick <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 /> QUOTATION: <br /> Base Bid $29,79150 <br /> Alternate A $9,832.50 <br /> Total $39,625.00 . <br /> Upon a motion made by Mr. Gilot, seconded by Mr. Inks and carried, the above Quotations were <br /> referred to Engineering and Economic Development for review and recommendation. After <br /> reviewing those quotes, Mr. Rob Nichols recommended that the Board award the contract for the <br /> Base Bid only to the lowest responsive and responsible bidder TGB Unlimited, Inc., DBA S&T <br /> Bancroft Electric in the amount of$25,448.00. Mr. Nichols noted the quote was approximately <br /> $100.00 over the budget if Alternate A is included. Mr. Gilot suggested that Mr. Nichols speak <br /> to the Controller to see if the funding could be found, rather than eliminate one light from the <br /> project. Therefore, Mr. Price made a motion that the recommendation be accepted and the bid be <br /> awarded and the Construction Contract approved for the Base Bid plus Alternate A, for a total of <br /> $30,858.00, subject to the Controller approval. Mr. Inks seconded the motion, which carried. <br /> AWARD BID — THREE 3 2011 OR NEWER SNOW PLOW EQUIPMENT FOR TANDEM <br /> AXLE TRUCKS (201„1„STREET DEPARTMENT_CAPITAL) <br /> Mr. Jeffrey Hudak, Central Services, advised the Board that on November 7, 2011, bids were <br /> received and opened for the above referenced equipment. After reviewing those bids, Mr. Hudak <br /> recommended that the Board award the contract to the second lowest responsive and responsible <br /> bidder, W.A. Jones Equipment Company, Inc., 1171 South Williams Drive, Columbia City, <br /> Indiana 46725, in the amount of$28,788.00 each plus $4,500.00 each for installation, for a total <br /> of$99,864.00. In a Memo to the Board, Mr. Hudak stated the bid of the low bidder, Northern <br /> Equipment, was rejected due to the following reasons: <br /> 1. Did not submit an exception list although it is required in our bid specification. <br /> 2. Did not submit any published literature on the products they bid. <br /> 3. Exhausted all reference materials at my disposal and could not find anny <br /> information on the model of underbody they bid, Henke USB XL. <br /> 4. The Wing Plow model that was bid is not stated anywhere in the vendor's bid. <br /> 5. Front plow model is not stated anywhere in the vendors bid. <br /> 6. Our bid specification includes a comply yes or no column to make it easier for bid <br /> comparisons but the vendor failed to mark this for the front plow. <br />