|
REGULAR MEETING JANUARY 24, 2012 17
<br />Company
<br />Item Nos.
<br />Not to Exceed
<br />Rieth-Riley Construction
<br />1 -26
<br />$1,200,000.00
<br />Kuert Concrete
<br />27 -35
<br />$190,000.00
<br />Bit Mat
<br />36 -41
<br />$200,000.00
<br />Klink Trucking
<br />36, 38, 39
<br />$75,000.00
<br />Therefore, Mr. Inks made a motion that the recommendation be accepted and the bid be awarded
<br />and the Contracts approved as outlined above in unit prices, not to exceed the listed amounts.
<br />Ms. Roos seconded the motion, which carried.
<br />AWARD BID — 2012 MANHOLE AND SEWER REHABILITATION — PROJECT NO. 112-
<br />002 (SEWER CAPITAL)
<br />Mr. Rob Nichols, Engineering, advised the Board that on January 9, 2012, bids were received
<br />and opened for the above referenced project. After reviewing those bids, Mr. Nichols
<br />recommended that the Board award the contract to the lowest responsive and responsible bidders
<br />Insituform Tech USA, Inc., Items 1 through 6 with C1 and C2, in unit prices not to exceed
<br />$900,000.00; and Monoform of Indiana — Item 7 in unit price amounts not to exceed the amount
<br />of $800,000.00. Mr. Gilot noted in the memorandum from Mr. Nichols, he had the amounts
<br />listed as not to exceed $1,000,000.00. Mr. Gilot stated that amount was incorrect and the Board
<br />was approving the bid documents in the amounts of $900,000.00 and $800,000.00 respectively.
<br />Therefore, Mr. Inks made a motion that the recommendation be accepted and the bid be awarded
<br />in unit prices, not to exceed, as outlined above. Ms. Roos seconded the motion, which carried.
<br />AWARD BID — 2012 INFRARED PAVEMENT PATCHING — PROJECT NO. 112 -003 MVH
<br />Mr. Rob Nichols, Engineering, advised the Board that on January 9, 2012, bids were received
<br />and opened for the above referenced project. After reviewing those bids, Mr. Nichols,
<br />Engineering recommended that the Board award the contract to the lowest responsive and
<br />responsible bidder, Asphalt Restoration Services, PO Box 2484, South Bend, Indiana 46680, in
<br />unit prices, not to exceed $180,000.00. Mr. Gilot noted the agenda stated an amount, not to
<br />exceed, of $260,000.00, but Mr. Nichols has amended the amount to $180,000.00. Therefore,
<br />' Mr. Inks made a motion that the recommendation be accepted and the bid be awarded as outlined
<br />above. Ms. Roos seconded the motion, which carried.
<br />APPROVE BID AWARD EXTENSION — FORTY (401 2012 OR NEWER FRONT WHEEL
<br />DRIVE POLICE PATROL VEHICLES (2012 POLICE DEPARTMENT CAPITAL LEASE)
<br />Mr. Jeffrey Hudak, Central Services, advised the Board that on March 14, 2011, the above
<br />referenced bid was awarded to the lowest responsible, responsive bidder, Amell Motor Group,
<br />239 Melton Road, Burns Harbor, Indiana 46304. Amell Motor Group has agreed to extend the
<br />unit prices for forty (40) additional vehicles, including twenty -eight (28) with option A, two (2)
<br />with Option B, and ten (10) with Option C. Mr. Hudak recommended that the Board approve the
<br />bid award extension in the amount of $911,842.40. Therefore, Mr. Gilot made a motion that the
<br />recommendation be accepted and the bid award extension be approved as outlined above, subject
<br />to lease financing. Mr. Inks seconded the motion, which carried.
<br />APPROVE BID AWARD EXTENSION — TWO (2) 2012 OR NEWER FRONT WHEEL
<br />DRIVE CARGO VANS (2012 WATER WORKS CAPITAL /2012 WASTE WATER
<br />CAPITAL)
<br />Mr. Jeffrey Hudak, Central Services, advised the Board that on July 25, 2011, the above
<br />referenced bid was awarded to the lowest responsible, responsive bidder, Jordan Ford, 609 East
<br />Jefferson Boulevard, Mishawaka, Indiana 46545. Mr. Hudak informed the Board that Jordan
<br />Ford, in a letter, has agreed to extend the unit prices to include two (2) additional cargo vans. Mr.
<br />Hudak recommended that the Board approve the bid award extension in the amount of $19,710
<br />each for a total of $39,420.00. Therefore, Mr. Inks made a motion that the recommendation be
<br />accepted and the bid award extension be approved as outlined above. Ms. Roos seconded the
<br />motion, which carried.
<br />APPROVE BID AWARD EXTENSION — ONE THOUSAND EIGHT (1,008) UNIVERSAL
<br />NESTABLE REFUSE CONTAINERS (2011 SUN TRUST ESCROW)
<br />Mr. Matt Chlebowski, Central Services, advised the Board that on December 6, 2010, the above
<br />referenced bid was awarded to the lowest responsible, responsive bidder, Pyramid Equipment,
<br />211 South Prairie Street, Rolling Prairie, Indiana 46371. In a letter to Central Services, Pyramid
<br />Equipment has agreed to extend the award to include 1,008 additional Nestable Containers in the
<br />
|