Ct�irJ
<br />REGULAR MEETING
<br />NOVEMBER 5, 1990
<br />for fire apparatus, the Fire Department recommends the bid
<br />submitted by Pierce Manufacturing, Inc., 2600 American Drive,
<br />Appleton, Wisconsin, represented and submitted by Midwest Fire &
<br />Safety Equipment Company, Inc., Indianapolis, Indiana for the
<br />construction of two (2) 1500 GPM Triple Combination Motorized
<br />Pumping Fire Apparatus.
<br />Chief Taylor noted that in reviewing the bids, Midwest Fire &
<br />Safety was the lowest bid at $397,950.00 and most closely
<br />followed the City specifications. In addition, they are
<br />including in this bid award a list of equipment (listed as an
<br />option) at the cost of $42,234.90 making the total amount of this
<br />award $440,184.90.
<br />Upon a motion made by Ms. Humphreys, seconded by Mrs. DeClercq
<br />and carried, the recommendation was accepted and the bid of
<br />Pierce Manufacturing was awarded.
<br />ONE (1_) TYPE I, MODULAR AMBULANCE - FIRE DEPARTMENT
<br />Fire Chief Luther Taylor advised that the Fire Department has
<br />reviewed all bids received on October 22, 1990, in response to
<br />the City's request for bids on an emergency medical care
<br />vehicle. It is the recommendation that the Board award the bid
<br />of Goggan and Associates, Inc., 53404 C.R. 13, Elkhart, Indiana,
<br />which submitted a bid on a McCoy Miller Ambulance at a total cost
<br />of $66,336.00.
<br />Chief Taylor further advised that the bid of Dietz -McLain, at
<br />$65,840.00 for a Taylor -made ambulance by Bridgers, failed to
<br />include with the bid the fifteen (15) year Warranty Certificate
<br />on the modular body structure as required by the specifications
<br />and was, therefore, non -responsive.
<br />Chief Taylor noted that additional factors which warrant
<br />selection of the Goggan Associates bid over that of Dietz -McLain
<br />include the relative proximity of the McCoy Miller manufacturer,
<br />located in Elkhart, Indiana as opposed to the Bridgers
<br />manufacturer located in Arkansas. Although Dietz -McLain does
<br />offer service through a service center located in Goshen, it is
<br />felt that the most complete service is that received from a
<br />manufacturer.
<br />Additionally, there is some concern on the part of the Fire
<br />Department over the representation contained in the Dietz -McLain
<br />bid that its proposal is from a fully Ford QVM certified
<br />manufacturer. Since Dietz did not submit a QVM certificate with
<br />its bid, a call was placed to Ford's QVM Program Office which
<br />confirmed the QVM certification as of October 31, 1990, some time
<br />after the bid opening. Although the manufacturer is apparently
<br />now QVM certified, the representation, at the time it was made,
<br />seems to have been premature and not entirely accurate.
<br />Therefore, Chief Taylor respectfully requested that the Board
<br />award the bid of Goggan Associates as outlined above. Mrs.
<br />DeClercq made a motion that the bid of Goggan and Associates, as
<br />recommended, be awarded. Ms. Humphreys seconded the motion which
<br />carried.
<br />FILING OF CLAIM OF MARSHALL & WELLS COMPANY - SLUDGE EQUIPMENT
<br />STORAGE BUILDING PROJECT - WASTEWATER TREATMENT PLANT
<br />Mr. Leszczynski advised that the Board is in receipt of a letter
<br />from Mr. Michael D. Collins, Marshall & Wells Company, P.O. Box
<br />4246, South Bend, Indiana, advising that on May 3, 1990, they
<br />were contracted by Comfort -Temp, Inc. to supply three (3) exhaust
<br />fans for the South Bend Waste Water Sludge Equipment Storage
<br />Building Project. As of October 22, 1990, they have not been
<br />paid for these fans. Submitted with the letter were invoices
<br />totaling $1,560.00. The Board was asked to consider these
<br />
|