Laserfiche WebLink
REGULAR MEETING <br />JANUARY 29 2014 15 <br />NEW INSTALLATION: Handicapped Accessible Parking Space Sign <br />LOCATION: 902 Roosevelt Street <br />REMARKS: Driveway Available; Picture attached <br />APPROVE TRAFFIC CONTROL DEVICES <br />Upon a motion made by Mr. Gilot, seconded by Ms. Roos and carried, the following traffic <br />control devices were approved: <br />REVISION: From Two -Way to Four -Way Stop Sign <br />LOCATION: Commerce Drive and Voorde Drive <br />REMARKS: To Reduce Right Angle Accidents at Intersection <br />LOCATION Bellevue Street and Ruskin Street <br />REMARKS: For IUSB Crossing Safety; Warrant Study Completed <br />REVISION: From One -Way to Three -Way Stop Sign <br />LOCATION: Esther Street and Ruskin Street <br />REMARKS: For IUSB Crossing Safety; Warrant Study Completed <br />APPROVE CLAIMS <br />Ms. Roos stated that a request to pay the following claims in the amounts indicated has been <br />received by the Board; each claim is fully supported by an invoice; the person receiving the <br />goods or services has approved the claims; and the claims have been filed with the Citv Fiscal <br />-11100r auu l%GrUneU tor accuracy <br />Name Amount of Claim Date <br />City of South Bend $3,774.32 01/22/2014 <br />City of South Bend $1,670,217.04 01/28/2014 <br />Therefore, Ms. Roos made a motion that after review of the expenditures, the claims be approved <br />as submitted. Mr. Relos seconded the motion, which carried. <br />PRIVILEGE OF THE FLOOR <br />Mr. Murray Miller, Local 364, questioned the changes to the specifications for the Manhole <br />Rehabilitation bid, noting past changes still limited the number of contractors qualified to meet <br />the specifications. Ms. Greene stated she has asked that the completion dates, termination clause, <br />and available work hours to reduce problems with noise, be tightened up. She stated along with <br />that, a demonstrated ability was added to the pre - qualifi cation process that allows a contractor <br />without this type of experience to show the City that they are still capable of doing the work. Mr. <br />Gilot explained there are more contractors that can install new manholes, but the rehabilitation <br />process saves approximately $10,000.00 per manhole and there aren't as many qualified <br />contractors for this process. He noted the City needs quality work that will last and they want to <br />open the bidding up. He added if a contractor doesn't meet the experience qualifications but <br />thinks they are capable of doing the work, if they can demonstrate that capability, they can <br />qualify to bid. Mr. Miller noted the City has only used one contractor for this work so they are <br />the only ones that have the experience. He questioned why they don't have to demonstrate their <br />ability like everyone else. Mr. Gilot stated their previous work is evidence of their ability to do <br />the work. Ms. Roos explained that if a contractor can demonstrate they can do the work and are <br />awarded the bid, they won't have to demonstrate they can do it again. Ms. Greene noted the <br />problem came in with the experience requirement for the number of manholes previously done. <br />She explained last year that requirement was reduced to open up the bidding. Mr. Miller stated <br />the specifications still limited the contractors to the same one previously awarded. Mr. Paul <br />South, Director of Streets, disagreed and noted there were other bids received but one didn't <br />have any experience in rehabbing, just installing new ones. He stated they couldn't show <br />evidence of ever having done the work before. Ms. Roos stated this process can't be compared to <br />last year and requested Mr. Miller give the new specifications a chance. She noted the City took <br />the comments receeved and adjusted the specifications accordingly this year. Ms. Greene added <br />she does not see any undue or unfair advantage to anybody with the new specifications. <br />Mr. Miller questioned why the Office Interiors Solutions agreement was deemed a "Special <br />Purchase ". Mr. George King, Purchasing, stated it is a QPA bid that was bid by the State and the <br />City is able to "piggy- back" on their bid prices. <br />