Laserfiche WebLink
"5 <br />REGULAR MEETING <br />NOVEMBER 15, 1993 <br />APPROVE IRREVOCABLE LETTER OF CREDIT - DICOR CORPORATION <br />(MAYFLOWER 7TH ADDITION PROJECT) <br />Mr. Larry D. Spradlin, Sr., Division of Engineering, presented to <br />the Board Irrevocable Letter of Credit No. 13418, in the amount of <br />$25,000.00, as submitted by Midwest Commerce Bank, P.O. Box 1686, <br />.Elkhart, Indiana, on behalf of Dicor Corporation, Inc., 615 South <br />4th Street, Elkhart, Indiana._ <br />Mr. Spradlin noted that this Letter of Credit, which expires on <br />April 27, 1994, is for Mayflower 7th Addition for unimproved <br />portions of streets, curbs, sidewalks, street lighting and <br />drainage. Mr. Leszczynski made a motion that this Letter of <br />Credit be accepted and approved. Mrs. Manier seconded the motion <br />which carried. <br />AWARD BID - RELOCATION OF TRANSPO TRANSFER CENTER <br />In a Memorandum to the Board, Mr. Carl P. Littrell, Director, <br />Division of Engineering, advised that on November 8, 1993, the <br />Board received and read five (5) bids for paving, curb, sidewalk <br />and approach improvements to relocate the Transpo Transfer Center <br />to the southeast corner of Main and Western. Mr. Littrell stated <br />that he has reviewed those bids and the amounts are correct as <br />read at the meeting. <br />Therefore, Mr. Littrell recommended that the Board award the low <br />bid submitted by Northern Indiana Construction Company, Inc., <br />P.O. Box 1333, Mishawaka, Indiana, in the amount of $58,677.30. <br />The Department of Community and Economic Development concurs with <br />this recommendation. <br />Mrs. Manier made a motion that the recommendation be accepted and <br />the bid be awarded. Mr. Caldwell seconded the motion which <br />carried. <br />AWARD BID - ONE (1) OR MORE TYPE I MEDIUM TO HEAVY DUTY MODULAR <br />AMBULANCE <br />Board Attorney Mary H. Mueller advised that Fire Chief Luther <br />Taylor is recommending that the Board award the third lowest bid <br />of Horton Emergency Vehicles of Columbus, Ohio, represented by <br />Goggan & Associates, Inc., 50811 Killian Lane, Elkhart, Indiana, <br />in the amount of $108,650.00 for the above referred to ambulance. <br />This bid was in full compliance to the City's specifications. <br />Mrs. Mueller noted that the two (2) lowest bidders did not meet <br />specifications in significant ways. She noted that the three (3) <br />low bids were approximately one thousand dollars ($1,000.00) apart <br />and if the two (2) low bidders had meet specifications that dollar <br />amount would have been much closer to the third lowest bidder. <br />Mrs. Mueller noted that Fire Chief Luther Taylor has provided, in <br />writing, the areas in which the two (2) lowest bidders did not <br />meet specifications. The low bid submitted by Mobile Medical, <br />Inc., was in the amount of $106,657.00. The second low bid <br />submitted by Excellance, Inc., was in the amount of $107,715.00. <br />The following items are exceptions or items not shown in the bids <br />of Mobile Medical, Inc., and Excellance, Inc., which makes them <br />non -responsive to the City's bid specifications: <br />MOBILE MEDICAL, INC. <br />DELIVERY TIMETABLE <br />The delivery of this ambulance is important to the <br />Department. The timetable listed in the bid does not give a <br />definite delivery date. This does not meet specifications. <br />