Loading...
06-230 VOLUME LXXI JUNE 28, 2006 Norma Miess, Executive Director for Downtown Neighborhood Association,presented prizes for activities DNA hosted throughout the month of May in observance of Preservation Month,which is celebrated nationwide. She invited everyone to come to the carnival to be held June 30 through July 4 and to watch the 4t' of July parade. Doug Heaton stated that there are approximately 300 million people in the United States, and it is generally believed there are 12 million illegal immigrants,which is four percent. This would mean there are roughly 4000 illegal immigrants in Elgin. He is concerned about that. He hopes the Council has reviewed the materials he previously furnished to them. He stated that there are sheriff and police departments who are doing what he suggests and are successful at it. He hopes the Council will consider doing the same thing soon. BID 06-057 AWARDED TO SEAGRAVE FIRE APPARATUS INC. FOR THE CONSTRUCTION AND PURCHASE OF ONE FIRE ENGINE Councilmember Sandor made a motion, seconded by Councilmember Figueroa,to approve the contract with Seagrave Fire Apparatus, Inc. in the amount of$404,953 for the construction and purchase of one fire engine. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain,Rodgers, Sandor, Walters, and Mayor Schock. Nays:None. BID 06-059 AWARDED TO OAKFIELD FORD FOR THE PURCHASE OF ONE FULL SIZE PICKUP TRUCK E UIPPED WITH A SERVICE BODY AND PLOW FOR THE WATER DEPARTMENT Councilmember Walters made a motion, seconded by Councilmember Kaptain, to approve the purchase of one full size pickup truck equipped with a service body and a plow for the Water Department from Oakfield Ford for$42,853 after trade in. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Rodgers, Sandor, Walters, and Mayor Schock. Nays:None. BID 06-061 AWARDED TO SEAGRAVE FIRE APPARATUS INC. FOR THE CONSTRUCTION AND PURCHASE OF ONE REPLACEMENT LADDER TRUCK Councilmember Sandor made a motion, seconded by Councilmember Gilliam,to approve the contract for the construction and purchase of one replacement ladder truck from Seagrave Fire Apparatus, Inc. in the amount of$638,950. Upon a roll call vote: Yeas: Councilmembers Figueroa, Gilliam, Kaptain, Rodgers, Sandor, Walters, and Mayor Schock. Nays:None. 536 Resolution No. 06-230 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH SEAGRAVE FIRE APPARATUS, L.L.C. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Seagrave Apparatus,L.L.C. for a fire department ladder truck, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: September 27, 2006 Adopted: September 27, 2006 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk a 7 CITY OF ELGIN AGREEMENT FOR A FIRE DEPARTMENT LADDER TRUCK (BID 06-061) This Agreement is made and entered into this 12th day of July 2006 by and between the City of Elgin ("the CITY"), a municipal corporation organized and existing under the laws of the State of Illinois, and Seagrave Fire Apparatus L.L.C., incorporated in the state of Wisconsin and having a principal place of business at 3967 Paysphere Circle, Chicago, Illinois 60674("the CONTRACTOR"). ARTICLE I. DEFINITION. "THIS CONTRACT" as used herein shall mean this Agreement,the Invitation for Bids (IFB) including all documents referenced therein and the Contractor's bid response (bid) thereto incorporated by reference herein and made a part hereof. The CONTRACTOR agrees to provide the goods and/or services all in accordance with the IFB and CONTRACTOR'S Bid. The apparatus and equipment is commonly known as a Fire Department Ladder Truck. In the event there is a conflict between this Agreement and the bid documents,this Agreement shall supersede the bid documents. ARTICLE II. DURATION. The CONTRACTOR shall commence the performance of THIS CONTRACT by delivery of apparatus and equipment to CITY on or before June 15, 2007. ARTICLE III. TERMINATION. The following shall constitute events of default under THIS CONTRACT: a) any material misrepresentation made by the CONTRACTOR to the CITY,b) any failure by the CONTRACTOR to perform any of its obligations under THIS CONTRACT including, but not limited to,the following: (i) failure to commence performance of THIS CONTRACT at the time specified in THIS CONTRACT due to a reason or circumstance within the CONTRACTOR's reasonable control, (ii) failure to perform THIS CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of THIS CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR's reasonable control, (iii) failure to perform THIS CONTRACT in a manner reasonably satisfactory to the CITY, (iv) failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory, (v) failure to comply with a material term of THIS CONTRACT, including,but not limited to the Affirmative Action requirements, and(vi) any other acts specifically and expressly stated in THIS CONTRACT as constituting a basis for termination for cause. The CITY may terminate THIS CONTRACT for its convenience upon fourteen(14)days prior written notice. If terminated for convenience,the CITY shall pay the CONTRACTOR for materials, labor, engineering, and overhead incurred through termination date. ARTICLE IV . DAMAGES. From any sums due to the CONTRACTOR for goods or services, the CITY may keep for its own the whole or any part of the amount for expenses,losses and damages as directed by the Purchasing Director, incurred by the CITY as a consequence of procuring goods or services as a result of any failure, omission or mistake of the CONTRACTOR in providing goods or services evidenced by the CONTRACTOR's admission. ARTICLE V. GOVERNING LAWS AND ORDINANCES. This CONTRACT is made subject to all the laws of the State of Illinois and the ordinances of the CITY and if any such clause herein 1 does not conform to such laws or ordinances, such clause shall be void(the remainder of the contract shall not be affected) and the laws or ordinances shall be operative in lieu thereof. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be in the Circuit Court of Kane County, Illinois. ARTICLE VI. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color,religion, sex, ancestry, national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The CONTRACTOR will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants and prospective subcontractors. The CONTRACTOR agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference, as if set out verbatim. ARTICLE VII. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in THIS CONTRACT without prior written consent of the CITY. ARTICLE VIII. AMENDMENTS. There shall be no modification of the CONTRACT, except in writing and executed with the same formalities of the original. ARTICLE IX. NOTICES. Any notice given under this CONTRACT shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail, certified or registered,return receipt requested,addressed,if to CONTRACTOR, at the address set forth above to the attention of the project manager or undersigned representative, and if to the City, to the attention of the City Manager, 150 Dexter Court, Elgin, IL 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE X. INDEMNIFICATION. To the fullest extent permitted by law,Contractor agrees to and shall indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from and against any and all claims, suits,judgments, costs,attorney's fees,damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of Contractor or Contractor's officers, employees, agents or subcontractors in the performance of this agreement,including but not limited to,all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. ARTICLE XI. PUBLICITY. The CONTRACTOR may not use,in any form or medium,the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. ARTICLE XII. APPROPRIATIONS. The fiscal year of the CITY is the 12 month period ending December 31. The obligations of the CITY under any contract for any fiscal year are subject to and 2 contingent upon the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal year and authorization to spend such funds for the purposes of the contract, except to the extent the CONTRACTOR has incurred material,labor,engineering,and overhead costs associated with the CONTRACT. If, for any fiscal year during the term of the CONTRACT, sufficient funds for the discharge of the CITY'S obligations under the contract are not appropriated and authorized,then the CONTRACT shall terminate as of the last day of the preceding fiscal year, or when such appropriated and authorized funds are exhausted, whichever is later, without liability to the CITY for damages, penalties or other charges on account of such termination,except to the extent the CONTRACTOR has incurred material, labor, engineering,and overhead costs associated with the CONTRACT. ARTICLE XIII. DEMONSTRATION OF EQUIPMENT A competent serviceperson shall upon the request be furnished by the CONTRACTOR to demonstrate said apparatus for the CITY and to give its employees the necessary instructions in the operation and handling of said apparatus. ARTICLE XIV. PRICE and DATE OF PAYMENT The CITY purchases and agrees to pay CONTRACTOR for said apparatus and equipment,the sum of Six hundred thirty-eight thousand nine hundred and fifty dollars ($638,950.00).The payment is due in full thirty days after delivery of the apparatus and equipment to the CITY. ARTICLE XV. TEST OF EQUIPMENT In case the CITY desires to test the said apparatus and equipment, such test shall be made within ten(10)days after delivery to CITY. If the apparatus and equipment fails to perform in compliance with said specifications, the CITY may, at its sole and exclusive option, terminate the Agreement and return the apparatus and equipment to CONTRACTOR without any costs or require CONTRACTOR to remove the failed apparatus and equipment and deliver new apparatus and equipment within ten(10) days. ARTICLE XVI. TITLE and RISK OF LOSS Title and risk of loss shall be with CITY upon delivery. ARTICLE XVII. WARRANTY CONTRACTOR shall warrant the apparatus and equipment to city as provided in the bid and city shall have a property interest in the warranty. The warranty shall survive any expiration and/or termination of this Agreement. ARTICLE XVIII. ENTIRE AGREEMENT. This CONTRACT embodies the whole agreement of the parties. There shall be no promises, terms, conditions or obligations other than those contained therein;and this agreement shall supersede all previous communications,representations, or agreements, either verbal or written,between the parties. This agreement shall not be construed as to create a joint venture, partnership, employment or other agency relationship between the parties hereto,except as may be specifically provided herein. The terms of this agreement shall be severable. In the event any of the terms or conditions of this agreement are deemed to be void or otherwise unenforceable for any reason,the remainder of this agreement shall remain in full force and effect. 3 -r r The person signing THIS CONTRACT certifies that s/he has been authorized by the CONTRACTOR to commit the CONTRACTOR contractual and has been authorized to execute THIS CONTRACT on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CO RACTOR CITY OF ELGIN Name and Title Olu emi NMn DAN ALEXANDER, PRESIDENT & C.F.0� CityMana j.kr FEIN NO. 01-0779841 9/15/06 F:U.egal Dept\forms\Bid Doc-Agreement for Ladder Truck-Seagrave.doc 4 i l � cYTY of E'�G �� AGREEMENT FOR A FIRE DEP;Ria% (BID 06.061) This Agreement:is made and entered into this 12th day of July 2006 by and between the C1ty ofElgin ("the C1TY";�,a r�ltuucipal corporation or and Seagrav,;Fir'r ganixed and existing under the laws of the State of Moist Place of business at 396?Pa L.L.C. i Ysphere�C torpor the 5th Of WMonsm Circle Chi �� ` 4? _L_E 1. D sago,Illinois 606 �, � Inv _LFnvr�rON „ 74( the CON on for B��'`�—�--• THI$CONTRACT-as TRACTOR�� response 1 ) lids all documents used �. CONTRAC'OR into ball mean this gated b � referencedh h s A CONTRACT' ,a8es to Provide Y reference ham. therein and the g�emen�the Ladder T OR S Bid. The apparatus goods and/or e m and made a Part hereof tract°r's bid ruck, k�.the event all in ac Agreement s:gall.,u is a °9mPment is co cordance witk the The Persede the bids �tween this A ntlm°vv�as a Fire �d �p�E]I. ]`)URATIO1y; and the bid �Parhnent 7 b "�.. The CO document,, this Y delivery of apparatus and CTOR shall COmm ENE I_Q rEA equipment to CITY o� ence the perforce failure by the C a) anYmateriaj Z N• The followi or before JuAe 1ST 2007 f 'HIS but not lirniteal t0l th`�'RACTOR to�O�Cation made constitute even of reasonable eel in PHIS per' (i) failure Y of its°blig�o e Cp�ACTp default ceder Tj�I equi cnntri:►l, ii NTRACT to� � ns under R to the Cj'j'y S s Pment or with ( ) fad ure to due to a reason ce perfore Tom'COIV'j'RA ,b) any f4'��dmf�due: s4Micient m Perform T n or circ of TICS CpNrC,��'1nej to ure to PerForm to a reason orateial to ens HIS COumsnCe w�ithul the •1 ACT at NomPt1Y rr TZ1S Cp crrces t're the coin'i1 CT �'ith COjvT�C, the erroneo Pe:rfo NTRAC ce wi P etion o f sicient 1'OR's iuclud• us °r �s%�tisfft �tb1n �'m a e CO THIS CO rsOUnel and and eXPr9e but not.linu °rY, (v) f�nable tie reas°�ly�acto ,S re FACT K,ithin CI ssly to the ure to S" sable the no tic _ tel sW�m 1'H7S ve comply Wit ces that Wer vy tO the CITY con¢0j:(iii) hce• I f mine THIS Cp ActiOn a mate relecte '�l�) f engm�r gt waled for COQ,,„ CT as cons Ments� term o f d by the CITY Q� nd c verhead nnceniencce th C,r 1 is con y� g a basis fO�vi) aqy S S0*4 as TxCEE urred IT, ace t they a CT d 1e CI7,y P,_• ll) through to shy Pay tl1e upon fot nahOn f°r s�fil Or as d- ucted b y k�l)for Fr°m n$hOfl date,C0 4CT(14)days p o The or se r i s as 1 ree t Chasinwn e 4iQIe rsums due to R fornwe 'tvrittea rvices ev.de cult of anYf Doctor, inc anypa�of die COQ labor, �TICL n.ed by the OIV, °�ssio o�d by the C °uat f e T OR for goo or to all the 1 Ws �()V �Y TIC TpR►s stake°fie CO equence us,losses�and s�er„v�ices, of State f LA Sys AND ssrOn. NTRACTOR °fprOC g uiois O� Providingg°Od and the ordiI1 yCFs• This of the CIT1'aCndN_ CT is ifY such c$ � bj� ereia 1 CITY OF ELGIN AGREEMENT FOR A FIRE DEPARTMENT LADDER TRUCK (BID 06-061) This Agreem ent:is made and entered into this 12th day of July 2006 by and between the City of Elgin ("the CITY"',,a municipal corporation organized and existing under the laws of the State of Illinois, and Seagrav(;Fu•e Apparatus L.L.C.,incorporated in the state of Wisconsin and having a principal place of business at 3967 Paysphere Circle, Chicago,Illinois 60674("the CONTRACTOR"). ARTICLE_ . D]?F SON. "THIS CONTRACT"as used herein shall mean this Agreement,the Invitation for Rids (IFB) including all documents referenced therein and the Contractor's bid response (bid) thereto incorporated by reference herein and made a part hereof. The CONTRAC'T'OR.agrees to provide the goods and/or services all in accordance with the IFB and CONTRACTOR.'S Bid. The apparatus and equipment is commonly known as a Fire Department Ladder Truck. Li.the event there is a conflict between this Agreement and the bid documents,this Agreement S.fall Supersede the bid documents. ARTICLE 11. DURATION. The CONTRACTOR shall commence the performance of THIS CONTRACT by delivery of apparatus and equipment to CITY on or before June 15,2007. ARTICLE I Q. 'TERMINATION. The following shall constitute events of default under THIS CONTRACT: a) any material misrepresentation made by the CONTRACTOR to the CITY,b) any failure by the COl'TI RACTOR to perform any of its obligations under THIS CONTRACT including, but not limite 3 to.,the following: (i) failure to commence performance of THIS CONTRACT at the time specified in'THIS CONTRACT due to a reason or circumstance within the CONTRACTOR's reasonable control, (ii) failure to perform THIS CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of THIS CONTRACT within the specified timc due to a reason or circumstance within the CONTRACTOR's reasonable control,(iii) failure to per Form THIS CONTRACT in a manner reasonably satisfactory to the CITY,(iv) failure to promptly j e-perform within reasonable time the services that were rejected by the CITY as erroneous or uns;:itisfactory, (v) failure to comply with a material term of THIS CONTRACT, including,but not:limited to the Affirmative Action requirements,and(vi) any other acts specifically and expressly stat: d in THIS CONTRACT as constituting a basis for termination for cause. The CITY may teiminate THIS CONTRACT for its convenience upon fourteen(14)days prior written notice. If term iinaled for convenience,the CITY shall pay the CONTRACTOR for materials,labor, engineering,f nd overhead incurred through termination date. ARTICLE PL. j[),AMAAGGE,S. From any sums due to the CONTRACTOR for goods or services, the CITY may keel)for its own the whole or any part of the amount for expenses,losses and damages as directed by the:Purchasing Director, incurred by the CITY as a consequence of procuring goods or services as.i res,alt of any failure,omission or mistake of the CONTRACTOR in providing goods or services ev denced by the CONTRACTOR's admission. ARTICLE V. gi)VERNING LAWS AND ORDINANCES. This CONTRACT is made subject to all the laws of the State of Illinois and the ordinances of the CITY and if any such clause herein I does not cow b m.to such laws or ordinances,such clause shall be void(the remainder of the contract shall not be affected)and the laws or ordinances shall be operative in lieu thereof. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be in the Circuit Court of Kane County,Illinois. ARTICLE`ll. .kFFIRMATM ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race,color,religion,sex,ancestry,national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The CONTRACTOR will take affirmative action to comply with the provisions o-('Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CI'iy a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment,screening, referral and selection of job applicants and prospective subcontractors. The CONTRACTOR agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference,as if sc:t out verbatim. ARTICLE M. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in T1 IIS C'ONTRACT without prior written consent of the CITY. ARTICLE I1IR. AMENDMENTS. There shall be no modification of the CONTRACT,except in writing an J ex-cuted with the same formalities of the original. ARX. ]'NOTICES.Any notice given under this CONTRACT shall be in writing and shall be deemed 0 have been given when hand delivered or deposited in the U.S. mail, certified or registered,re turn receipt requested,addressed,if to CONTRACTOR, at the address set forth above to the attention cif the project manager or undersigned representative, and if to the City, to the attention of the (:'ity Manager, 150 Dexter Court,Elgin,IL 60120 or to such other address and/or authorized re presentatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE X. L qDEMNIFICA�TION.. To the fullest extent permitted by law,Contractor agrees to and shall indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or any and al l other relief or liability arising out of or resulting from or through or alleged to arise out of any acts cs negligent acts or omissions of Contractor or Contractor's officers, employees, agents or subcontractors in the performance of this agreement,including but not limited to,all goods delivered or;services or work performed hereunder. In the event of any action against the City, its officers, emFloyces, agents, boards or commissions covered by the foregoing duty to indemnify, defend and h)ld harmless, such action shall be defended by legal counsel of the City's choosing. ARTICLE 1L PUBLICITY. The CONTRACTOR may not use,in any form or medium,the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. AR�LI. APPROPRIATIONS.The fiscal year of the CITY is the 12 month period ending December 31. Tlie obligations of the CITY under any contract for any fiscal year are subject to and 2 contingent upon-the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal ye;Lr art authorization to spend such funds for the purposes of the contract,except to the extent the CONTRACTOR has incurred material,labor,engineering,and overhead costs associated with the CONTR kCT. If,for any fis-al year during the term of the CONTRACT,sufficient funds for the discharge of the CITY'S obligations under the contract are not appropriated and authorized,then the CONTRACT shall terminate a3� of the last day of the preceding fiscal year, or when such appropriated and authorized finds are exhausted, whichever is later, without liability to the CITY for damages, penalties or other charges on account of such termination,except to the extent the CONTRACTOR has incurred nau rial,labor,engineering,and overhead costs associated with the CONTRACT. AR'T'ICLE.3i III. DEMONSTRATION OF EQUIPMENT A competent serviceperson shall upon the request b4 s furnished by the CONTRACTOR to demonstrate said apparatus for the CITY and to give its empl)yees the necessary instructions in the operation and handling of said apparatus. ARTICLE I U. PRICE and DATE OF PAYMENT The CITY purchases and agrees to pay CONTRACT OR for said apparatus and equipment,the sum of Six hundred thirty-eight thousand nine hundrel and fifty dollars($638,950.00).The payment is due in full thirty days after delivery of the apparatus and equipment to the CITY. ARTICLE :V. TEST OF EQUIPMENT In case the CITY desires to test the said apparatus and equipment,si ech 1:Est shall be made within ten(I O)days after delivery to CITY.If the apparatus and equipment fails to perform in compliance with said specifications,the CITY may, at its sole t exclusive option, terminate the Agreement and return the apparatus and equipment CONTRACT OR without any costs or require CONTRACTOR to remove the failed apparatus and equipment and deliver new apparatus and equipment within ten(10)days. ARTICLE M. TITLE and RISK OF LOSS Title and risk of loss shall be with CITY upon delivery. ARTICLE YVII;, WARRANTY CONTRACTOR shall warrant the apparatus and equipment to city as provid-d k the bid and city shall have a property interest in the warranty.The warranty shall survive any expiration and/or termination of this Agreement. ARTICLE X VII/[,; ENTIRE AGREEMENT. This CONTRACT embodies the whole agreement of the pantie,.. There shall be no promises, terms, conditions or obligations other than those contained therein; and this agreement shall supersede all previous communications,representations, or agreement-,,either verbal or written,between the parties. This agreeme It shall not be construed as to create a joint venture,partnership,employment or other agency relaticnship between the parties hereto,except as maybe specifically provided herein. The terms of this agreement shall be severable. In the event any of the terms or conditions of this agreement arc dee°med to be void or otherwise unenforceable for any reason,the remainder of this agreement sh-dl r(main in full force and effect. 3 The person sighing THIS CONTRACT certifies that slhe has been auth riz to ex tthte CONTRACTOR to commit the CONTRACTOR contractual and has been authorized THIS CONTRACT on its behalf. IN WITNESS,W UREOF the parties have hereto set their hands the day and year first above written. MARNCTOR CITY OF ELGIN Name and Title I joluenui jl DAN ALEXANDER, PRESIDENT & C-Y O� FEINNO.a1-0:779841 9/15/06 F.UA gal DeW�fom Mid Doc-Agreement for Ladder Truck-Seagave.doc 4 C It of E I I n Agenda Item No. Y 9 June 23, 2006 TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager Michael Falese, Fire Chief SUBJECT: Bid#06-061, Replacement Ladder Truck Purchase PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to award a contract for the construction and purchase of one replacement ladder truck from Seagrave Fire Apparatus, Inc. RECOMMENDATION It is recommended that the City Council approve the contract for the construction and purchase �* of one replacement ladder truck from Seagrave Fire Apparatus, Inc. in the amount of$638,950. F BACKGROUND On May 22, 2006, a request for proposal for the construction of one replacement ladder truck was sent to five fire apparatus manufacturers and advertised in the Courier News. One bid was received and opened on June 2, 2006. Seagrave Fire Apparatus, Inc. was the lowest responsive proposal at $638,950 for the ladder truck specified. The Elgin Fire Department ladder truck specifications cover the general requirements as to the type of construction and tests to which the apparatus must conform. Certain details relating to finish, equipment and appliances with which the successful bidder must comply are in the interest of obtaining the best results and the most acceptable apparatus for service with the Elgin Fire Department. Due to government emission standards that will be implemented on all 2007 fire apparatus, there will be a $15,000 price increase if the order of the fire engine is delayed and Seagrave Fire Apparatus, Inc. is unable to secure a 2006 chassis and motor. As a 2007 model would be the first year with the new engine emission technology, any potential problems, such as additional maintenance and downtimes, are unknown. Furthermore, motor manufacturers will not certify any 2007 motors at the time of the ladder truck order. This reinforces the importance of securing a 2006 chassis and motor. Bid#06-061 Ladder Truck June 23,2006 Page 2 The bid received for the ladder truck specification was reviewed by four members of the Elgin Fire Department, which included members of the Maintenance Division and the Administrative Assistant Fire Chief. Seagrave Fire Apparatus, Inc. offered the specified vehicle that best meets the needs of the Elgin Fire Department. The Elgin Fire Department currently has five Seagrave Fire Apparatus, Inc. vehicles in its fleet and they have performed well for nearly 20 years. The specified ladder truck is a replacement for a 1988 ladder truck that is due for replacement in 2008. The purchase of this ladder truck is in accordance with the City's vehicle replacement policy. It is anticipated that it will take approximately 12 to 16 months to construct the ladder truck with an additional 2 to 4 months required to prepare the apparatus for fire service. GROUPSANTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The cost of the ladder truck from Seagraves Fire Apparatus, Inc. totals $638,950, There are sufficient funds budgeted ($800,000) and available ($800,000) in the Riverboat Fund, account number 275-0000-791.91-48, "Mobile Equipment", project number 289569 (Ladder Truck 1 Replacement)to purchase the ladder truck. GALIMPACT %IONone ALTERNATIVES 1. Approve the purchase of a ladder truck from Seagrave Fire Apparatus, Inc. 2. Do not approve the purchase of a ladder truck from Seagrave Fire Apparatus, Inc. Respectfully submitted for Council consideration. MWF/wmb Attachment TV S sEfIG1��YE EIRE 9PPgRg PROPOSAL FOR FIRE APPARATUS WE ARE PLEASED TO BID-ON THE FOLLOWING APPARATUS: ONE SEAGRAVE MARAUDER STAINLESS STEEL 100' PATRIOT REAR MOUNT AERIAL WITH 1000 GPM PRE PIPED WATERWAY $ 6380950.00 DELIVERY WITHIN 12 MONTHS SEE CLARIFICATION FOR BID EXPIRATION DATE 100% PAYMENT DUE FINAL FACTORY INSPECTION PREPAYMENT DISCOUNTS ARE AVAILABLE LY, 7o��mRe34 old PHONE# 847-806.8950 E-MAIL tom@rcor.biz r--