Laserfiche WebLink
REGULAR MEETING DECEMBER 11 2012 385 <br />Upon a motion made by Mr. Gilot, seconded by Ms. Roos and carried, the above Quotation was <br />referred to Engineering for review and recommendation. After reviewing those quotes, Mr. John <br />Engstrom, Engineering, recommended that the Board award the contract to the sole responsive <br />and responsible bidder, Rieth -Riley Construction Co., Inc., in the amount of $3,775.00. <br />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 />REJECT BIDS — CSO NO. 18 BACKWATER GATE IMPROVEMENTS — PROJECT NO. <br />112 -060 <br />In a letter to the Board, Mr. Richard Smigielski, Environmental Services, requested the Board <br />reject all bids due today for the above project. He noted this will be rebid in January. Upon a <br />motion by Mr. Inks, seconded by Mr. Mecham and carried, the Board approved the rejection of <br />all bids. <br />AWARD BID AND APPROVE CONTRACT — PARKING GARAGE LIGHTING <br />UPGRADES — PROJECT NO. 112 -058 (CED CAPITAL <br />Mr. Jonathon Burke, Energy Office, advised the Board that on October 23, 2012, bids were <br />received and opened for the above referenced project. Ms. Greene noted that the bid is divisible <br />and subject to the availability of funds. It was determined that funds are available for the first <br />two (2) garages, but not the third, so the third garage will go out for bid next year. She noted she <br />confirmed with State Board of Accounts that the bid is divisible. After reviewing those bids, Mr. <br />Burke recommended that the Board award the contract to the lowest responsive and responsible <br />bidder Herrman & Goetz, Inc., 225 South Lafayette Boulevard, South Bend, Indiana 46601, in <br />the amount of $41,000.00 for the Base Bid for the Wayne Street Garage, and $88,000.00 for <br />Alternate No. 1 for the Main Street /Colfax Street Garage. Mr. Burke reiterated that the bids for <br />Alternate No. 2 for the Leighton Garage came in above budget, so it will be rebid in January. <br />Therefore, Mr. Gilot 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 />RESCIND PROPOSAL AWARD AND RE -AWARD PROPOSAL — LABORATORY <br />EQUIPMENT FOR F CUBED <br />In a memo to the Board, Mr. John Engstrom, Engineering, noted that proposals were opened and <br />awarded at the last Board of Works Meeting of November 20, 2012. Ms. Greene stated the Board <br />now must clarify its award at the last meeting. She stated when the proposals were opened, she <br />reviewed them for legal requirements, and there is no legal requirement for a bid bond for the <br />purchase of equipment. Ms. Greene stated that subsequently after review of the proposals, it was <br />found that the proposal specifications required a bid bond, which only one bidder, Fisher <br />Scientific Company, LLC, provided. Ms. Greene stated she spoke to State Board of Accounts <br />and they confirmed her legal opinion that although a bid bond is not legally required for a <br />proposal for equipment, the proposal specifications did require it, and as a result all bidders are <br />non - responsive to the bid specifications except for Fisher Scientific. Therefore, Ms. Greene <br />recommended the Board rescind their previous award, noting letters had not gone out and no <br />notices to proceed had been issued. She stated there is only one responsive bidder, so items No. 3 <br />through 13 should be awarded to Fisher Scientific Co., LLC, and Items No. 1 and 2 can be <br />purchased on the open market because there were no responsive and responsible proposals <br />received for those items. Upon a motion by Mr. Gilot, seconded by Mr. Inks and carried, the <br />previous award was rescinded and the award was approved as outlined by Ms. Greene. Mr. John <br />Engstrom, Engineering, came back to the Board and informed them that he was just told by F <br />Cubed representatives that the equipment proposed by Fisher Scientific for Item No. 3 is not <br />compatible with their equipment, and non- responsive to the specifications. Therefore, upon a <br />motion by Mr. Gilot, seconded by Ms. Roos and carried, the Board amended their previous <br />award, and approved the award of Items Nos. 4 through 13 to Fisher Scientific Co., LLC, and for <br />purchase on the open market Items Nos. 1, 2, and 3. <br />APPROVE BID AWARD EXTENSION — ONE 1 2012 OR NEWER ALL WHEEL DRIVE <br />SUV POLICE PATROL VEHICLE 2012 POLICE DEPARTMENT CAPITAL <br />Mr. Jeffrey Hudak, Central Services, advised the Board that on March 27, 2012, the above <br />referenced bid was awarded to the lowest responsible, responsive bidder, Bloomington Ford, <br />2200 South Walnut Street, Bloomington, Indiana 47401, Bloomington Ford has agreed to extend <br />the bid to include one additional 2012 or Newer All-Wheel Drive SUV Police Patrol Vehicle. <br />