| 
								    REGULAR MEETING MAY 26, 2015 167 
<br />Therefore, Ms. Roos made a motion that the recommendation be accepted and the bid be 
<br />awarded as outlined above. Mr. Relos seconded the motion, which carried. 
<br />AWARD BIDS AND APPROVE CONTRACTS — 2015 STREET AND SEWER MATERIALS 
<br />- PROMPTVv n<nnvr DOA e111, 
<br />Mr. Pete Kaminski, Street Department, advised the Board that on May 20, 2015, bids were 
<br />received and opened for the above referenced materials. After reviewing those bids, Mr. 
<br />Kaminski recommended that the Board award the contracts in unit prices to the lowest 
<br />responsive and responsible bidders as follows: American Highway Products, Item Nos. D3 
<br />through D72; Bernath dba SealMaster, Item Nos. El through E4; Bit -Mat Products, Item Nos. 
<br />A17 through A23; Klink Trucking, Item Nos. Cl through C6 and Gl ; Kuert Concrete, Item Nos. 
<br />BI, B2, and B4 through B6; Ozinga Ready Mix Concrete, Item Nos. 133; Rieth-Riley, Al, A4, 
<br />Al2, A15, B7, C7, and DI; Underground Pipe and Valve, Item Nos. D2, and Fl through 174; 
<br />Walsh & Kelly, Item Nos. A2 and A3, A6 through All, A13 and A14, A16, and GI. In his 
<br />memo, Mr. Kaminski noted that Item No. GI, Delivery, was a tie and they would split that 
<br />service between Klink Trucking and Walsh and Kelly, depending on the product to be delivered. 
<br />He also noted that American Wire was found non -responsive due to no bid bond submitted. Mr. 
<br />Gilot stated due to the number of items and companies, the bid tab would be posted on the City 
<br />website with the awards noted. Therefore, Mr. Gilot made a motion that the recommendation be 
<br />accepted and the bids be awarded and the contracts approved as outlined above. Ms. Roos 
<br />seconded the motion, which carried. 
<br />AWARD BID AND APPROVE CONTRACT — HILL STREET IMPROVEMENTS PHASE Ii 
<br />—PROJECT NO 113-024A (REDA TIF) 
<br />Mr. Roger Nawrot, Engineering, advised the Board that on May 20, 2015, bids were received 
<br />and opened for the above referenced project. After reviewing those bids, Mr. Nawmt 
<br />recommended that the Board award the contract to the lowest responsive and responsible bidder 
<br />Rieth-Riley Construction Co., Inc., 25200 State Road 23, South Bend, Indiana 46614, in unit 
<br />prices not to exceed $124,101,50. Therefore, Mr. Relos made a motion that the recommendation 
<br />be accepted and the bid be awarded and the contract approved as outlined above. Ms. Maradik 
<br />seconded the motion, which carried. 
<br />REJECT BIDS — WASTEWATER TREATMENT PLANT GRIT AND SCREENINGS 
<br />IMPROVEMENTS —PROJECT NO 114-075 (2012 SEWER BONDS) 
<br />In a Memorandum to the Board, Mr. Jacob Klosinski, Environmental Services, requested the 
<br />Board reject all bids received for the above referenced project pursuant to IC 36-1-124. Mr. 
<br />Klosinski stated all bids exceeded the budgeted amount. Therefore, upon a motion by Mr. Gilot, 
<br />seconded by Ms. Roos and carried, the Board rejected all bids for the above project. 
<br />REJECT BIDS — HOTEL LASALLE RENOVATIONS — PROJECT NOS. 115-033C 033D 
<br />AND 033E (RWDA TIT) 
<br />In a Memorandum to the Board, Mr. Michael Carey, Engineering, requested the Board reject all 
<br />bids received for the above referenced project pursuant to IC 36-1-1.2-4. Mr. Carey stated all bids 
<br />received were non -responsive to the MBE/WBE requirements. He noted they are still reviewing 
<br />the bids for Divisions A, B, and F. Therefore, upon a motion by Ms. Roos, seconded by Mr. 
<br />Relos and carried, the Board rejected all bids for the above project. 
<br />In a Memorandum to the Board, Mr. Matt Chlebowski, Central Services, requested the Board 
<br />reject all bids received for the above referenced project pursuant to IC 36-1-12-4. Mr. 
<br />Chlebowski stated there were no hinds budgeted for these vehicles because they are considered 
<br />more than halfway past their useful life span. Therefore, upon a motion by Ms. Roos, seconded. 
<br />by Ms. Maradik and carried, the Board rejected all bids for the above project. 
<br />APPROVE CHANGE ORDER NO. 1 — IGNITION PARK INFRASTRUCTURE PHASE 1C — 
<br />PROJECT NO 114-063A (RWDA TIF) 
<br />Mr. Gilot advised that Mr. Toy Villa, Engineering, has submitted Change Order No. 1 on behalf 
<br />of Walsh & Kelly, Inc., 24358 State Road 23, South Bend, Indiana, 46614, indicating the 
<br />Contract amount be increased by $3,950.00 for a new Contract sum, including this Change 
<br />
								 |