Laserfiche WebLink
- 7 <br />REGULAR MEETING NOVEMBER 15, 1993 <br />BRAKES <br />Air dual system was requested in specifications for safety <br />and longer brake life. Bid lists hydraulic system which does <br />not meet specifications. This was an option which could have <br />been added at a possible increase in price. <br />EXTERIOR COMPARTMENT ARRANGEMENT <br />Curb side of ambulance was designed for safety and location <br />for specific equipment storage. Location and size of these <br />compartments listed in bid sales order and diagram provided <br />by bidder are not acceptable and could create congestion and <br />inefficiency for City emergency personnel. <br />FLOOR CONSTRUCTION <br />Construction requirements are specified with the material <br />requested to prevent potential buckling or uneven floor <br />levels. The .063" aluminum subfloor is not acceptable as <br />.090" was required per specifications. <br />STREET SIDE CABINET WALL <br />Specifications indicated that interior cabinets not be welded <br />into place. Design of interior cabinets are intended for <br />storage of specific equipment. The strategic location of <br />this equipment will enhance patient care. The ability to <br />change or relocate equipment in the future may become <br />necessary. Cabinets that are welded in place do not offer <br />this flexibility. The bidder does not meet specifications. <br />CLOCK <br />Recordkeeping is valuable and necessary on all medical <br />records. The location of a clock must be visible by Medics. <br />No clock was provided by bidder per specifications. <br />PRIMARY INTERIOR LIGHTING EQUIPMENT <br />Providing adequate lighting in the patient area will enhance <br />attendance working conditions. On the other hand, providing <br />too much light may cause patient unrest. A lighting system <br />is desired that is a good median to both extremes. <br />Specifications indicated lighting that is infinitely <br />variable. Bidder offered only high and low settings. Bidder <br />does not meet specifications. <br />SIREN/SPEAKERS <br />The siren in the specifications calls for Federal PA300. The <br />City radio shop uses this siren in all Fire Department <br />vehicles. The siren bid does not meet bid specifications. <br />In closing, Chief Taylor stated that the above exceptions for <br />Mobile Medical and Excellance, Inc. disqualify their bids. <br />Therefore, Chief Taylor requested that the Board award the bid to <br />Goggan Associates for one (1) Horton Emergency Vehicle. <br />Mr. Caldwell made a motion that the recommendation be accepted and <br />the bid be awarded. Mrs. Manier seconded the motion which <br />carried. <br />APPROVE CHANGE ORDER NO. 2 - REPAIR OF PUMP #k3 - WASTEWATER <br />TREATMENT PLANT <br />Mr. Jack J. Dillon, Director, Division of Environmental Services, <br />submitted to the Board Change Order No. 2 for the above referred <br />to project. .The Change Order indicates an increase of $12,986.00 <br />for a new Contract amount, including this Change Order, of <br />$273,386.00. Mr. Dillon noted that this is for additional labor <br />and material that was not foreseen in the original scope of the <br />project. -It is further noted that the contractor on this project <br />is Shaum Electric, 1125 Nappanee Street, Elkhart, Indiana. Mr.- <br />