Loading...
HomeMy WebLinkAboutCity Council Resolution 1984-054CITY OF PLYMOUTH Pursuant to due call and notice thereof, a special meeting of the City Council of the City of Plymouth, Minnesota, was held on the 9th day of January 1984. The following members were present: Mayor Davenpor�ncilmemberseTT�, — were f� �t Mayor Davenport introduced the following Resolution and moved its adoption: RESOLUTION NO. 84-54 RESOLUTION AUTHORIZING ACOUISITION OF A 1250 C.P.M. MOTOR FIRE APPARATUS WHEREAS, the City, in conjunction with four (4) other cities under a ,joint powers agreement, called for formal written bids for: Five (5) Motor Fire Apparatus WHEREAS, twelve (12) companies responded with bids; WHEREAS, the bid specifications provide that the bids will be evaluated In accord with the criteria specified In Section 2.3, et seq. of said Specifications, which 10 sections are Incorporated herein by reference, together with the cost thereof; WHEREAS, all bids were analyzed and evaluated In detail by representatives of each of the five (5) respective cities who are parties t3 the aforementioned joint powers agreement; WHEREAS, the bids received for the delivery of five (5) motor fire apparatus with the alternates as individually selected by the five (5) respective cities were as follows: 1. Mid -Central Fire, Inc. $592,955.00 2. General Safety Equipment Corp. $611,681.00 3. Custom Fire Apparatus, Inc. $617,335.00 4. Pierce Manufacturing, Inc. $622,216.80 5. Luverne Fire Equipment Co. $634,411.10 6. Seagrave Fire Apparatus, Inc. $645,000.00 7. Peter Pirsch & Sons Company $698,118.28 8. Mack Trucks, Inc. 5700,945.00 9. Grumman Emergency Products, Inc. S701,541.00 10. Fire Safety Products, Inc. $715,996.00 11. American LaFrance 5725,513.00 12. Emergency One $747,787.00 Resolution No. 84-54 Page 2 NOW, THEREFORE, the City Council of the City of Plymouth, Minnesota resolves and deems: 1. The bid of General Safety Equipment Corp. ("General") in the aggregate amount of $611,681.00 is deemed to be the lowest responsible bid in accordance with Minnesota Statutes 5412.311 and 071.345. 2. General's bid is most complete and responsive to the Specifications. 3. When measured against the evaluation criteria of the Specifications and when measured against cost, General's bid is the lowest responsible bid. 4. General's bid meets the major and substantial requirements of the Speci- fications. 5. Exceptions taken by General to the Specifications are Insignificant and not substantial. 6. The City does hereby award to General a contract for one (1) fire apparatus In the amount of $126,455.00 in accord with General's bid and the City's Specifications. 7. All bid bonds of the unsuccessful bidders shall be returned upon General executing the above -referenced contract with the City. 8. The award made herein is contingent upon the other four (4) cities under the above-mentioned joint powers agreement awarding a similar contract to General. The motion for adoption of the foregoing Resolution was duly seconded by Councilmember Neils , and upon vote being taken thereon, the Mowing voted In favor thereof: Mayor Davenport, Councilmembers one roiiowing votes against or abstal Whereupon the Resolution was declared