|
REGULAR MEETING
<br />AUGUST 14 2012 260
<br />Upon a motion made by Mr. Gilot, seconded by Mr. Inks and carried, the above bid was referred
<br />to the architect and South Bend Heritage for review and recommendation. After reviewing those
<br />bids, Mr. Greg Kil, Kil Architecture, recommended that because the sole bid came in over the
<br />approved budget, the Board reject the bid and approve the re- advertising of the project.
<br />Therefore, Mr. Inks made a motion that the recommendation be accepted and the bid be rejected
<br />and the project rebid. Ms. Roos seconded the motion, which carried.
<br />AWARD BID — 8,000 (EIGHT- THOUSAND) MORE OR LESS UNIVERSAL/NESTABLE
<br />REFUSE CONTAINERS (2013 SOLID WASTE CAPITAL LEASE PRINCIPAL AND
<br />CAPITAL LEASE INTEREST)
<br />Mr. Matthew Chlebowski, Central Services, advised the Board that on April 24, 2012, bids were
<br />received and opened for the above referenced items. After reviewing those bids, Mr. Chlebowski
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Pyramid Equipment, 211 South Prairie Street, Rolling Prairie, Indiana 46371, in the amount of
<br />$47.00 each with two RFID Tag Readers at $5,500.00 each for a total of $387,000.00.
<br />Therefore, Mr. Inks made a motion that the recommendation be accepted and the bid be awarded
<br />as outlined above. Ms. Roos seconded the motion, which carried.
<br />AWARD BID AND APPROVE CONTRACT — PRE-QUALIFICATION OF BODY SHOP
<br />REPAIR SERVICES (DEPARTMENTAL BUDGETS)
<br />Mr. Jeffrey Hudak, Central Services, advised the Board that on July 10, 2012, bids were received
<br />and opened for the above referenced service. After reviewing those bids, Mr. Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible
<br />bidders, Gurley Leep Collision Express, Mishawaka, 5302 Grape Road, Mishawaka, Indiana
<br />46545, and Gurley Leep Collision Express, Southside, 320 East Ireland Road, South Bend,
<br />Indiana 46614, in unit prices. Therefore, Mr. Inks made a motion that the recommendation be
<br />accepted and the bid be awarded and the contract approved as outlined above. Ms. Roos
<br />seconded the motion, which carried.
<br />AWARD BID AND APPROVE CONTRACT — 3.5 MILLION GALLON IRELAND ROAD
<br />RESERVOIR EXTERIOR REPAINTING — PROJECT NO. 112 -036 2012 WATER WORKS
<br />CAPITAL)
<br />Mr. John Wiltrout, Water Works, advised the Board that on July 24, 2012, bids were received
<br />and opened for the above referenced project. After reviewing those bids, Mr. Wiltrout
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />L.C. United Painting Co., Inc., 3525 Barbara Drive, Sterling Heights, Michigan 48310, in the
<br />amount of $172,500.00 for the Base Bid plus Alternate No. 1 which includes applying the City
<br />logo. Therefore, Ms. Roos made a motion that the recommendation be accepted and the bid be
<br />awarded and the contract approved as outlined above. Mr. Inks seconded the motion, which
<br />carried.
<br />AWARD BID AND APPROVE CONTRACT — NATURAL GAS PROCUREMENT —
<br />PROJECT NO. 112 -030 (UTILITIES)
<br />Mr. Jonathan Burke, Energy Office, advised the Board that on February 14, 2012, bids were
<br />received and opened for the above referenced service. After reviewing those bids, Mr. Burke
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Border Energy, Inc., 9787 Fairway Drive, Powell, Ohio 43065, in the unit prices of $.45 Dth,
<br />subject to the prevailing NYMEX rate, for two years. It was noted that CenterPoint Energy's bid
<br />was non - responsive because they did not adhere to the bid specifications. Their bid did not
<br />include the NYMEX market price or delivery to the NIPSCO Pipeline, and their billing could not
<br />be added to the NIPSCO bill, which would result in two separate gas bills each month. Mr.
<br />Burke noted CenterPoint added penalties on hedging also. Therefore, Mr. Inks made a motion
<br />that the recommendation be accepted and the bid be awarded and the contract approved as
<br />outlined above. Ms. Roos seconded the motion, which carried.
<br />APPROVE CHANGE ORDER NO. 1 — 2012 MANHOLE AND SEWER REHABILITATION —
<br />PROJECT NO. 112 -002 (SEWER DEPARTMENT CONTRACTUAL SERVICES)
<br />Mr. Gilot advised that Mr. John Pemberton, Sr., Sewer Department, has submitted Change Order
<br />No. 1 on behalf of Monoform of Indiana and Southern Michigan, PO Box 466, South Bend,
<br />Indiana 46624, indicating the contract amount be increased by $160,000.00 for a modified
<br />contract sum, including this Change Order, in the amount of $960,000.00. In a Memo to the
<br />Board, Attorney Greene stated there are a number of manholes which need to be replaced
<br />
|