REGULAR MEETING MARCH 24, 2015 85
<br />C
<br />Detective Car
<br />$1,175.00ea
<br />51,175.00
<br />Ill
<br />� Bi -Fuel CNG, system t - u STAG
<br />I $7,495.0 a
<br />$7,495.00
<br />CNG System is not covered by Ford Warranty, but is warrantied thru STAG USA.
<br />JORDAN MOTORS. INC
<br />609 E. Jefferson Blvd.
<br />Mishawaka, IN 46545
<br />Bid was signed by: Debra Smrkweather
<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 />Local Business Preference Claim was submitted.
<br />Ten percent (10 0 /6) Bid Bond was submitted.
<br />BID:
<br />Description Year/Make/Model Unit Price
<br />:A:11-Wheel Drive Sedan 2015 Poxd Police Interceptor $ 23,7242.00
<br />Option#
<br />Description
<br />Cost
<br />Total
<br />A
<br />Patrol Car
<br />Not Available
<br />B
<br />Slick Top
<br />Not Available
<br />C
<br />Detective Car
<br />Not Available
<br />ll
<br />Bi -Fuel
<br />Not Available
<br />Upon a. motion made by Ms. Roos, seconded by Mr. Relos and carried, the above bids were
<br />referred to Central Services for review and recommendation. Attorney Schmidt added they
<br />would need to check Jordan Motor's bid for reasons that no alternatives were offered.
<br />AWARD BID — TWO (2) MORE OR LESS 2015 OR NEWER TWFNTY FIVE (25) CUBIC
<br />YARD PACKERS (SOLID WASTE CAP11AL LEASE & 1NTERES
<br />Mr. Matt Chlebowski, Central Services, advised the Board that on February 10, 2015, bids were
<br />received and opened for the above referenced vehicles. After reviewing those bids, Mr.
<br />Chlebowski recommended that the Board award the contract to the lowest responsive and
<br />responsible bidder Best Equipment Company, Inc., 5550 Poindexter Drive, Indianapolis, Indiana
<br />46235 in the unit price of $196,733.00 plus CNG Fuel System (Option No.l) at $42,313.00 and
<br />Complete Scale System (Option No. 2) at $16,520.00 for a total of $511,172.00. Therefore, Ms.
<br />Roos made a motion that the recommendation be accepted and the bid be awarded as outlined
<br />above. Mr. Henthom seconded the motion, which carried.
<br />AWARD BID — ONE THOUSAND (1 000) MORE OR LESS UNIVFRSAL/NESTABf E
<br />REFUSE CONTAINERS (SOLID WASTE OPERATING SCPPLIES)
<br />Mr, Matt Chlebowski, Central Services, advised the Board that on March 10, 2015, bids were
<br />received and opened for the above referenced supplies. After reviewing those bids, Mr.
<br />Chlebowski recommended that the Board award the contract to the lowest responsive and
<br />responsible bidder Pyramid Equipment Inc., 211 South Prairie Street, Rolling Prairie, Indiana
<br />46371 in the unit price of $45.10 for a total not to exceed the budgeted amount of $71,000.00.
<br />Therefore, Ms. Roos made a motion that the recommendation be accepted and the bid be
<br />awarded as outlined above. Mr. Henthorn seconded the motion, which carried.
<br />Mr. Jacob Klosinski, Environmental Services, advised the Board that on March 10, 2015, bids
<br />were received and opened for the above referenced project. After reviewing those bids, Mr.
<br />Klosinski recommended that the Board award the contract to the lowest responsive and
<br />responsible bidder, Indiana Earth, Inc., 10343 McKinley Highway, Osceola, Indiana 46561, in
<br />
|