Laserfiche WebLink
REGULAR MEETING NOVEMBER 26. 2013 350 <br />Contractor's Non - Collusion Affidavit, Non - Debarment Affidavit, Certification Regarding <br />Investment with Iran, Employment Eligibility Verification, Non - Discrimination <br />Commitment for Contractors and Certification of Use of United States Steel Products or <br />Foundry Products was submitted <br />QUOTATION: <br />Item <br />No. <br />Description <br />Quantity <br />Unit Price <br />Total <br />Amount <br />Supply and Install Exhaust <br />Silencer, Catalyst System, <br />I <br />Monitoring System and Electrical <br />1 LS <br />Components to Comply with <br />RICE - NESHAP Rules <br />$43,792.00 <br />$43,792.00 <br />HERRMAN & GOETZ, INC. <br />225 S. Lafayette Blvd. <br />South Bend, IN 46601 <br />Quotation was submitted by: Mr. Thomas J. Herrman, President <br />Contractor's Non - Collusion Affidavit, Non- Debarment Affidavit, Certification Regarding <br />Investment with Iran, Employment Eligibility Verification, Non - Discrimination <br />Commitment for Contractors and Certification of Use of United States Steel Products or <br />Foundry Products was submitted <br />OUOTATION: <br />Item <br />No. <br />Description <br />Quantity <br />Unit Price <br />Total <br />Amount <br />Supply and Install Exhaust <br />Silencer, Catalyst System, <br />1 <br />Monitoring System and Electrical <br />1 LS <br />Components to Comply with <br />RICE - NESHAP Rules <br />$40,957.67 <br />Mr. Jacob Klosinski, Wastewater, informed the Board that three (3) companies were contacted, <br />but one company, Koontz - Wagner Construction Services, LLC, chose not to provide a quote. He <br />noted they sent him an email confirming their decision. Upon a motion made by Mr. Gilot, <br />seconded by Ms. Roos and carried, the above Quotations were referred to Wastewater for review <br />and recommendation. After review, Mr. Jacob Klosinski, Wastewater, recommended the <br />quotation be awarded to Herrman & Goetz, Inc., 225 S. Lafayette Blvd., South Bend, Indiana, <br />46601, in the amount of $40,957.67. Therefore, upon a motion by Ms. Roos, seconded by Mr. <br />Relos and carried, the quote was awarded as outlined above. <br />AWARD BID — FOUR (4) MORE OR LESS 2013 OR NEWER ALL WHEEL DRIVE <br />POLICE PATROL VEHICLES <br />Mr. Jeff Hudak, Central Services, advised the Board that on November 12, 2013, bids were <br />received and opened for the above referenced project. After reviewing those bids, Mr. Hudak <br />recommended that the Board award the contract to the lowest responsive and responsible bidder <br />Bloomington Ford, Inc., 2200 South Walnut Street, Bloomington, Indiana, 47401, in the amount <br />of $25,876.66 for one (1); $25,650.91 for two (2); and $25,358.91 for one (1); for a total of <br />$102,537.39. Therefore, Ms. Roos made a motion that the recommendation be accepted and the <br />bid be awarded and the contract approved as outlined above. Mr. Relos seconded the motion, <br />which carried. <br />APPROVE CHANGE ORDER NO. 3 — DEMOLITION AND RECONSTRUCTION OF FIRE <br />STATION NO. 5 — PROJECT NO 1 t 1 -015 (EMS CAPITAL FUND) <br />Mr. Gilot advised that Ms. Thia Vawter, Engineering, has submitted Change Order No. 3 on <br />behalf of Majority Builders, 62900 U.S. 31 South, South Bend, Indiana, 46614, indicating the <br />contract amount be increased by $10,051.00 for a modified contract sum, including this Change <br />Order, in the amount of $1,126,998.00. Upon a motion made by Ms. Roos, seconded by Mr. <br />Relos and carried, the Change Order was approved. <br />