Laserfiche WebLink
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 />