REGULAR MEETING AUGUST 27, 2019 250
<br />AMERESCO, INC.
<br />5875 Castle Creek Parkway N. Drive, Suite 155
<br />Indianapolis, IN 46250
<br />JOHNSON MELLOH SOLUTIONS
<br />5915 Stockberger Place
<br />Indianapolis, IN 46241
<br />Upon a motion made by Ms. Maradik, seconded by Ms. Dorau and carried, the above proposals
<br />were referred to the Sustainability and Engineering review team for review and recommendation.
<br />TABLE BID AWARD — ONE (1) OR MORE 2019 OR NEWER TRUCK MOUNTED
<br />STREET SWEEPERS - SPEC P (STREET DEPARTMENT CAPITAL LEASE
<br />Mr. Jeff Hudak, Central Services, advised the Board that on July 23, 2019, 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 sole responsive and responsible bidder
<br />Jack Doheny Companies, 777 Doheny Drive, Northville, MI 48107 in the amount of $279,898
<br />for unit prices less trade-in. In a letter to the Board Mr. Hudak noted that Hoosier Equipment
<br />LLC's bid was lower, however they did not follow the written bid instructions. He explained that
<br />although Hoosier did not take any exceptions to the bid spec and checked all the yes boxes
<br />indicating they comply, he found at least nine (9) discrepancies in their bid. Mr. Gilot stated this
<br />was discussed at the Agenda Review meeting. Mr. DJ Frost, Hoosier Equipment, said he stated
<br />when it's delivered it will meet the specifications. Mr. Gilot stated what you said at the last
<br />meeting is you had something better that we would like. You can't rewrite the specs and tell us
<br />it's something better. Attorney McDaniels added it has to be in there at the time of the bid
<br />opening, you can't add or alter something after the fact. Mr. Gilot noted he received a second
<br />letter from Hoosier Equipment that alleges the Jack Doheney bid is not responsive also. Attorney
<br />McDaniels stated because this came up this morning, we have not had a chance to review. She
<br />noted if there are two non -responsive bids, they should both be rejected. Mr. Gilot stated you've
<br />indicated the review by legal is that Hoosier is not responsive, the allegations that Doheney does
<br />not meet the specs must be reviewed also. Ms. McDaniels stated because there have been
<br />allegations, we need to review this and table the award. Mr. Frost asked if this review will this be
<br />a public meeting. Mr. Gilot stated this is an internal legal staff review. Ms. McDaniels reminded
<br />Mr. Frost that the Board has determined his bid is not responsive; his bid will not be awarded if
<br />Doherty's bid is found to be non -responsive. Mr. Gilot informed Mr. Frost he is welcome to the
<br />legal review memo, it's a public record. Therefore, Ms. Maradik made a motion that the bid
<br />award be tabled for legal review of the Doheney bid. Ms. Dorau seconded the motion, which
<br />carried.
<br />AWARD BID — TWENTY-NINE (29) MORE OR LESS BRAND NEW LEAF BOXES
<br />SPEC R (STREET DEPARTMENT CAPITAL LEASE)
<br />Mr. Jeff Hudak, Central Services, advised the Board that on July 23, 2019, bids were received
<br />and opened for the above referenced equipment. After reviewing those bids, Mr. Jeff Hudak
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder
<br />Hoosier Equipment LLC, 11465 Redwood Road, Plymouth, IN 46563 in the amount of $189,595
<br />for twenty-eight (28) boxes. 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/REJECT BID — 315 & 319 W. JEFFERSON EXTERIOR RENOVATIONS —
<br />PROJECT NO. 119-064 (RWDA TIF)
<br />Mr. Zach Hurst, Engineering, advised the Board that on August 13, 2019, bids were received and
<br />opened for the above referenced project. After reviewing those bids, Mr. Hurst recommended
<br />that the Board award the contract to the lowest responsive and responsible bidders as follows:
<br />a) Slatile Roofing and Sheet Metal Co., Inc., 1703 S. Ironwood Dr., South
<br />Bend, IN 46613; Division A - $55,812
<br />b) Ziolkowski Construction, Inc., 4050 Ralph Jones Drive, South Bend, IN
<br />46628; Division B - $39,574
<br />c) Walsh & Kelly, Inc., 24358 SR 23, South Bend, IN 46614; Division C -
<br />$45,989; Base Bid plus Alternate 1
<br />
|