Loading...
HomeMy WebLinkAboutAM Metro Fire Apparatus SpecialistTo: Honorable Mayor and Members of the Board of Aldermen From: Trent Petty, Town Manager Don Wilson, Emergency Services Coordinator Subject: Regular Meeting of November 25, 2002 Date: November 19, 2002 WWI - Consider a Resolution authorizing the Town Manager to enter into contract with Metro Fire Apparatus Specialist, Inc. for the purchase of a Class "A" pumper for the Fire Department. Staff recommends approval. This contract will allow the construction of a Class "A" pumper for the Fire Department. This pumper will be paid for under the federal grant and Town funds on a 90% federal funding and 10% Town funding. Distribution of the funds will be divided into three (3) sections. One will be for the apparatus; one will be for radios; and one will be for self-contained breathing apparatus (SCBA). The apparatus will meet all National Fire Protection Standards for fire apparatus and will be equipped for firefighting purpose. Luverne Fire Apparatus Company, LTD will manufacture the apparatus. Luverne Fire Apparatus Company is located in Brandon South Dakota and has been in since 1912. The local representative for Luverne Fire Apparatus is Metro Fire Apparatus Specialist located in Houston, Texas. The apparatus will be manufactured on a Spartan chassis; which is designed for fire apparatus application. The apparatus will be powered by a 330hp Cummins motor and an Allison transmission. The apparatus body will be constructed of stainless steel but will have aluminum roll up doors. The apparatus body will be the rescue style, allowing maximum storage and a hose bed capable of holding 1000 feet of five (5) inch supply hose and eight (8) hundred feet of three (3) inch hose. The apparatus will also have three (3) speed lay lines — two (2) 1-3/4 inch lines and one (1) 2-112 inch line — for quick attack, The apparatus pump will capable of pumping 1500 gallons per minute. The apparatus pump panel will be top mounted, allowing the pump operator maximum visibility of the scene and safety. The apparatus is designed to seat four (4) personnel in the cab. The cab will be an- conditioned and heated. The apparatus will be red in color and lettered and striped to Town specifications. Delivery of the apparatus is projected for February 2003. The cost of the apparatus, including loose equipment (hose, tools, positive pressure ventilation fan, etc.) will be $212,56146. The next distribution will be for the radios. Radios for the pumper will be purchased from Motorola., Inc. with installation and programming to be done locally by DFW Communications. The cost of the radios is $7,694.54, The next distribution will be for the SCBAs. These units will include four (4) SCBAs, four (4) spare bottles, and face pieces for nine (9) personnel with voice amplifiers. These units will be purchased through an interlocal agreement from Municipal Emergency Services, Inc, The cost of these items will be $11,755.00. The total cost of the apparatus and equipment, radios, and SCBAs will be $232,012.00. This is the amount approved under the grant and will require the federal portions to be $209,000 (90%) and the Town's portion will be $23,012.00. Attached for supporting documentation is the following items: zD *Proposal from Metro Fire Apparatus Specialists, Inc. *Memorandum detailing the cost of radios and SCBAs. To: TRENT PETTY, TOWN MANAGER CC: MARY ASSISTANT I(lTOWN MANAGER finnz: DON WILSON [)ane: 11/21/2002 Re: EQUIPMENT PURCHASES FOR PUMPER The purchase price of the pumper will involve additional cost associated with the functionality of the Department and the unit. These cost are associated with the purchase ofradios and self contained breathing apparatus (SCBA), The breakdown /fthe these cost are: Radios 1. Dash Mount Unit $2,788.82 2. Remote Mount Unit $2,727.72 3. Portable Chargers — four (4)et $255.00 each $1.020.00 4� Installation ofDash Mount Unit $ 330.00 5. installation ofRemote Mount Unit $ 42&00 6. Template for programming $ 200�80 7. Programming — two (2)radios o1$Q5DUeach $ 198.08 Subtotal $7,694.54 SC8Aa 1. Scott 45-3Ominute air packs — four (4)u1$1'Q25.00each $7.700�00 2. Scott 4.5-3Ominute bottles — four (4)a1$35O.OUeach $1.400.00 3. Scott 4.5Face Pieces — nine (8)at$115.DOeach $1'035.00 4� Scott 4,5Voice amplifiers — nine (S)et $180.00 each $1,620�00 Subtotal $11.755.80 Total for radios and SCB/s is $19,449,54. Attached Vuthis memorandum are the quotes from Motorola and interlocal purchasing prices from the -1 ? /I Fj �- - 16 ` 42, 97 2 4 2 /2 8 PLAND FINANCE DEPT 5�3,1 Selected events from the PFO combat test, 5-3,2 The PFD SCBA individual perfonmanQe evaluatimi , 513,3 Seiected PFD company performance evaluatlons such as the 12/4" handline advance. 5,3,4 Selected incident manage mient and fire fighting training simulations in a training tower Pnd/or tither approplate buildings - THIS PROPOSAL FORM MUST IRE SURMITTED WITH YOUR PROPOSI AS THE LAST TWO PACES CITY OF PLANO FIRE PFPARTM�NT SELF CONTAINED RREATHING APPARATUS REQUEST FOP, COMPETITIVE SEALED PROPOSALS Item 99-se—rip—ti—I-In 30 -minute SCBA v)itt Wtegre,ed PASS- & carbon Rber cylLider 2 45-nanuts Sl --,PIA wfth PASS & caTbor, fiber cyl. ndor 60-mmute SCj�,ANif,1-,. in,tegTa-,ed PASS & raTbor Eber cylln4ei 4. carbon fiber --ylir4er 45-ruinu,te ca bob - f1ben, c 111 I y1i d�z 6, 60-raimitc caxbrom fib(, -,r. cyl'mder P ijLe R e,�,, Unit $ —2-- 1 18 --5> Q () 1.1 /3 2/2062 16: 118 9 7 214 2203 J. S PLAND FINANCE DEPT PAGE 02 voice aimplifle.r 804564-01 rayl o interface, 805206 -XX otte,T COM 'cat M= jolls optionq 8 01-2 62 -XX (if 8:vailablo) U- Percentage discoimt aff u-ianllfacturor's published price -4 for all otlaeoptional aqu-ipxnent and accessoxie$ percentage discount off I published, piices for all ,majnte,aa--ace and rcpajx parts cost of wual semcehw4 parfon-aad by PFD 14, cost of arty specialized tools and/or equipment needed to pel;rbm maintenan0e, 0a� SeVVICe, RosiChek Rif'- Tool's gte-�F-e- ul-� QFT a M�M- ey I COMP, service and maintenance progr= provided by n.-janiafactiri er (if available) $27.50 after first year The undersigned hereby certifies that he/she understands the specifications, has read the document in its ,-n'kH,et1Y and that the bid prices contained in this bid have been carefully reviewed and are submitted as corl-ec: and final. Bidder further certifies and agrees tofurnish eny or oil products/sen/ices upon which prices 2re, extended at t1he price Qffe-ed, end upon cQnditionq contained in the specifications of the Request for prcpos.,!, T31ddei- Eirtnict doclarcs aad afflums that, no person or officu in tb'is Sole Tl:i.oprietorsbip, Paxtnership, Corporation, o;r 01,th_S CoattaCt, a PT -D -y Charter Sectia 11 M Board, hes cr obibited Interest as defined, i - the Cit ,9,7d dle clty's C -.ode ofccindact, B dde Via,: Fez 1111, d e r$ tall d I ' S that and aclme Hedges ttat the existeace of s. Prohibited lhtej-�,,s" at any time the, term of ihis contract -qv-jlll rende,- the contract null. and -void- I A Th,-followl:jag ?aft ration nm.si: befill.led mu, i.7, its e-Latixoty foz 01W bid, to be Considered-/ 'y ADDPES'SPIFONTE/FAX NUMBER (DF RTT 0-,,V-!N—,TR PRNIC-PAL PLACE OF BUSU�BSS: 3 3 00 A -1. 1 F Becky C, R1? - D P�E P RE S ENT7 A, T YV T-, 13 a�Kptt t -- (please (D at e) (Signatw Ari cXH 'IT DAG F —IZ— W 15 r Tj C/) M > 0 Ur i , OC NFA CP, rJ "71 r7l M M o . L > C) X 0 m i. 117.1 M z", rl -j Tt r 7j 0 m DO zi Apr 3. 0 m CD I n -n 0 > 5� > z z 0 X m -K 31 9 14 _0 Tt m 0 m CD -n 0 > > z z 0 X m -K 31 cn xaa CA Fa r7 ry P) A5 Ol Tm pZ_� 1=cnc n -lk "dOOi -- ?S'ars. o C i T O C O n 4n � rtc Z C 4 'i' 'O. �. o C --i -I- � m2� m� 3 o c m f Civ=o. C° `�' nsh ✓: O -I Cil :a ,n �. G .� o • i _, - -. m rn to m o C to ti cn p TC,-, Q N v. m N in co n C` O"r. r) 1 Cn C` r� 9 1 p Ln n, o a i n c n '° m e o F - `n. 0 ".77. r--= r G O m p — —M c -o c T .1' 7 O o � q C pond d i r 1 n = -i mn;nrr �. M C x c < , FCi,r r s� n M o. O r rn p' n. C m O m .� m CO G z m C? r m m CD