Loading...
HomeMy WebLinkAboutR-78-0107RFC/tb 2/3/78 RESOLUTION N0: 7 8 a 1 t) A RESOLUTION ACCEPTING THE BID OF YOUNG FIRE EQUIPMENT CORPORATION FOR FURNISHING ONE 100 FOOT ARTICULATING BOOM FIRE APPARATUS AND TRUCK FOR THE DEPARTMENT OF FIRE AT A TOTAL COST OF $278,232,91 ALLOCATING FUNDS FROM FIRE FIGHTING, FIRE PREVENTION AND RESCUE FACILITIES BOND PROGRAM; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE THE PURCHASE ORDER FOR THIS EQUIPMENT, CONTINGENT UPON THE VENDORIS FULL COMPLIANCE WITH THE SPECIAL CONDITIONS INCLUDED IN THE INVITATION TO BID, WHEREAS, pursuant to public notice, sealed bids were received December 19, 1977 for the furnishing of one 100 foot articulating boom fire apparatus and truck for the Department of Fire; and WHEREAS, invitations were mailed to 38 potential suppliers and 5 bids were received; and WHEREAS, funds for this purchase are available in the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program; and WHEREAS, this equipment will be used by the Department of Fire for the purpose of fire suppression and life rescue; WHEREAS, the City Manager and the and Department of Fire recom- mend that the bid received from Young Fire Equipment Corp. be accepted as the most advantageous bid to the City; NOW, THEREFORE, BE IT RESOLVED BY CITY OF MIAMI, FLORIDA: Section 1. The December 19, 1977 THE COMMISSION OF THE "DOCUMENT INDEX bid ITEiM oNO.,,. f! quipment Corporation for furnishing one 100 foot articulating boom fire apparatus and truck at a total cost of $278,232.91 is hereby accepted with funds hereby allocated from the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program of the Department of Fire. Section 2. The City Manager is hereby authorized to instruct the Purchasing Agent to issue the "SUop FCLLC,v#i Purchase Order for CITY COMMISSION I MEETING OF inaturekno.7 s . j O rn4.• 1978. ATTEST: l l r this equipment, contingent upon the vendors full compliance with the Special Conditions included in the Invitation to Bid, PASSED AND ADOPTED this r RtAL: i G. % CIE, CITY CLERK day of February Maurice A. Ferro. MAURICE A. FERRE, MAYO R PREPARED /./ ROBERT F. AND APPROVED BY: CLARK, ASSISTANT CITY ATTORNEY APP D AS TO FORM AN';,, ECTNESS : tt � U("" Dt , !� FOLLOW" 78-1O7 tit ,c 11/I r to 88 c:tTY ,I !1IAMI. :N ER=Cr FCa. MEMOANbUM Mre Joseph Re Grassie City Manager cuo%t Ae Le Mullins Purchasing Agent DATE, January 11, 1978 FILE: ;H,IJ.:cT. Recommendation for Resolution and Award of Bid: 100 Foot Articulating E3oom Fire Apparatus and truck c Nz....c.,zuncs Tabulation Pursuant to Public Notice, sealed bids were received December 19, 1977 for furnishing one 100 foot articu- lating boom fire apparatus and truck for the Depart- ment of Fire. Invitations were mailed to thirty-eight potential sup- pliers and five bids were received as per the attached tabulation. Funds for this purchase are to be allocated from the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program. This apparatus will replace the present obsolete equip- ment, twenty-one years old, for fire suppression and life rescue. It is recommended that the award be made and a resolu- tion be prepared accepting the most advanteous bid as received from Young Fire Equipment Corp. for furnishing one 100 foot articulating boom fire apparatus and truck for the Department of Fire at a total cost of $278,232.91. The Department of Fire concurs with this recommendation. ALt'1: ek "SUPPORTIVE DOCUMENTS FOLLOW" .,•.v ..r. `11A0111. FLC:'IDA Joseph R. Grassie City Manager Chief H. W. Brice Acting Director Department of Fite January 30, 1978 Response to Statetnents by Mt, Dal Chrans At the City Commission meeting of January 24, 1978, Agenda Item No, 8; Mr, Dal Chrans, President of Biscayne Fire Equipment Company, stated his complaints concerning the award of bid to the Young Fire Equipment Company for their version of a 100' articulating boom fire apparatus. I have acquired a typed transcript of that discussion, and the following is my response to those statements in the order in which they appear in the transcript. Statement by Mr. Chrans: "Gentlemen, what we're complaining here about is the restrictive nature of the specifications. Your bid was written around one set of specifications for one piece of apparatus mainly the Young Truck and Equipment Company." Fire Department Response: The specifications were developed for an aerial apparatus to meet certain specific requirements for Fire Suppression and Rescue, as determined by the Fire Chief upon the recommendation of his staff and the Apparatus Replacement Committee. These specifications were written within the present state of the art of aerial technology; technology and manufacturing techniques that are avail- able to all aerial manufacturers. The components specified, or their equal, are commercially available to all aerial manufacturers if they choose to purchase them and engineer their apparatus to accommodate them. All but two (2) manufacturers chose to ignore the specifications and proposed their designs as exceptions. In fact, Calavar Corporation did propose an alternate three boom design, which would have received serious consideration had they not been $15,078.00 higher than Young's proposal, and had they complied with other major specifications, which they did not. Both Young and Calavar can provide a three section, 100' articulating boom. However, if we had specified an 85', two section boom as Mr. Chrans sells; both Young and Calavar would have been restricted from bidding to those specifications. They are not authorized ATO Snorkel distributors. Mr. Chrans Page 1 of 6 SUPPOUI1.'E DOCUMENTS FOLLOW„ Mt: Joseph Rs Gtassie Fite_Depattment,m,Response: The Fite Department is aware of the Dunn and Bradstreet report on Young Fite Equipment Company. We ate also agate that this company is eXperiencing a sttike; and has been operating with supervisory and owner personnel since the strike began about 4 months ago. We also know that this company manufactures fire apparatus to the highest quality control procedures it the industry and to the latest apparatus technology& They were the only bidder to submit a certified check ($13,620.00) for bid surety. American LaFrance submitted no bid surety at all; and the other bidders posted bid bonds which requires only a small cash outlay as a premium. The City of Miami is still holding Young's check, while the bid bonds of the other bidders have automatically expired to the terms of the City's bid requirements, since they were not potentially successful bidders by not meeting specifications. January 30, 1978 Young Fire Equipment, as stated in a telegram from Mr. Richard Young, President, is financially able to provide a 100% ($278,232.91) performance bond. However, no surety company will underwrite a bond for a company on strike. Mr. Young states that he expects a strike settlement soon, and that he will provide the bond upon this settlement. The Fire Department believes that the City will be suitably protected with this bond, which by our bid conditions could require the forfeiture of the full $278,232.91 for failure to deliver the apparatus within the specified 6 months delivery time, and according to specifications including a clear title. Statement by Mr. Chrans: "We have a figure on an 85' snorkel, not a 100' but an 85' of $167,084.00, against a figure of $274,565.50. We're approximately $107,000.00 low. In short, Gentlemen, for about $60,000.00 you could buy two of our machines for one of these." Fire Department Response: The point that American LaFrance Company is $107,000.00 lower in price compared to Young Fire Equipment is meaningless since this bidder's proposal does not meet any of the major specifications, which accounts for their proposed price. Statement by Mr. Chrans: "Also, Ladies and Gentlemen, for your information the only thing that they have in their warrant here to you, and I'll read that quickly if I can, they're only warranting the items furnished by Young Truck and Equipment Company. They're warranting only the body, the body panels, the compartment doors, minor things such as the body work. That's all they're going to warranty on the truck." Page 3 of 6 "SUPPORTIVE DOCUMENT FCC I+. L n';". ft. Joseph R. Gtassie Januaty 30) 1918 represents the American taFrance Company, which is the sistet company to, and a distributor fot ATO Snotkel Company, both a subsidiaty of ATO, the patent holding corpotation& In summary, two independent companies, Young and Calavar, submitted bid proposals for 100' booms and two sister companies submitted altetnate 851 boom proposals (identical booms manufactured by ATO Snorkel), Mt. Chrans' apparatus is unsuitable by design and also restricts the boot manufacturer to one company (ATO) rather than to two potential independent companies. Statement by Mr, Chrans: "Now going back to a previous purchase of a unit called the 150 Foot Calavar which in my opinion, and I am entitled to that) was a disaster for this City. This Calavar has been out of service about half the time since the City has owned it and there's been a tremendous amount of money spent on this particular unit." Fire Department Response: This apparatus has been intermittently out of service for a total of 8 months since it was delivered over 21/2 years ago. The majority of the down time is attributed to two major quality control problems, which have since been corrected. The manufacturer contracted with a local machinery company for major repairs and a strain guage test and evaluation by an independent engineering firm. This firm has certified this apparatus as safe and operating properly. This apparatus has not been a "disaster" as alleged by Mr. Chrans, and is now performing as designed. Calavar, under the terms of their warranty, has expended several thousand dollars to make corrections to this apparatus along with the help of the Fire Garage Mechanics. Mr. Chrans neglected to inform the City Commission that the last American LaFrance aerial we purchased from his company had to be returned to the factory for almost 8 months for correction of quality control deficiencies. We found that the American LaFrance Company was difficult to deal with for repairs as compared to the cooperative attitude of the Calavar Corporation. Statement by Mr. Chrans: "I have also attached for your information here a D & B on Young Truck and Equipment Company out of Buffalo, New York. I've taken this upon myself to get this for the protection of the taxpayers of this City. I find over here on the right hand column the net worth of their company is $239,000.00; they're bidding a $278,000.00 truck to this City. This company whether you have checked into it or not, and I think the Fire Department should, this company to my knowledge is still on strike, they've been on strike for 8 months." Page 2 of 6 Mt& Joseph R& Gtassie ianuafy 30 1978 r ire_.Deeat tmeh t_Re spans e The Fife Department is aware of the Dunn and Bradstreet report on Young Fire Equipment Company& We ate also aware that this company is experiencing a strike; and has been operating with supervisory and ownet personnel since the strike began about 4 months ago, We also know that this company manufactures fire apparatus to the highest quality control procedures in the industry and to the latest apparatus technology. They were the only bidder to submit a certified check ($13,620.00) for bid surety& American LaFrance submitted no bid surety at all; and the other bidders posted bid bonds which requires only a stall cash outlay as a premium, The City of Miami is still holding Young's check, while the bid bonds of the other bidders have automatically expired to the terms of the City's bid requirements, since they were not potentially successful bidders by not meeting specifications. Young Fire Equipment, as stated in a telegram from Mr. Richard Young, President, is financially able to provide a 100% ($278,232.91) performance bond, However, no surety company will underwrite a bond for a company on strike. Mr, Young states that he expects a strike settlement soon, and that he will provide the bond upon this settlement. The Fire Department believes that the City will be suitably protected with this bond, which by our bid conditions could require the forfeiture of the full $278,232.91 for failure to deliver the apparatus within the specified 6 months delivery time, and according to specifications including a clear title. Statement by Mr. Chrans: "We have a figure on an 85' snorkel, not a 100' but an 85' of $167,084.00, against a figure of $274,565.50. We're approximately $107,000.00 low. In short, Gentlemen, for about $60,000.00 you could buy two of our machines for one of these." Fire Department Response: The point that American LaFrance Company is $107,000.00 lower in price compared to Young Fire Equipment is meaningless since this bidder's proposal does not meet any of the major specifications, which accounts for their proposed price. Statement by Mr. Chrans: "Also, Ladies and Gentlemen, for your information the only thing that they have in their warrant here to you, and I'll read that quickly if I can, they're only warranting the items furnished by Young Truck and Equipment Company. They're warranting only the body, the body panels, the compartment doors, minor things such as the body work. That's all they're going to warranty on the truck." Page 3 of 6 "SUPPORTIVE DOCUMENT FOLLn".!1 Mt. Joseph R. Gtassie Fire..Department. Response January 30) 19i8 This is not an accurate statement, Young Fire Equipment Company provides a full one year warranty on the complete apparatus) which includes parts and 100`'h of the labor costs. Those components that ate fabricated by Young catty an additional full warranty of 5 years with the exception of the crane=carrier chassis frame, which is under warranty for the "life of truck". Other major components that are manufactured by companies other than Young carry an additional warranty provided by them. For example: Detroit Diesel Engine provides a 5 year warranty, 2 years parts and labor) 3 years additional tor parts only; Allison Transmission provides the identical warranty to Detroit Diesel; Hale Fite Pump and Simon Snorkel provide a 1 year warranty through Young Fire Equipment Company. Young provides a warranty on the complete apparatus equal to any other manufacturer and on many components, a superior warranty. This company will provide a letter to the City Purchasing Agent which will clarify and substantiate this statement. Statement by Mr. Chrans: "The warranty on the boom which is a three boom unit which was a failure in 1963 when Chief Kenney happened to attend a convention in Toronto, Canada at that time was trying to be marketed by Seagrave Company which is much bigger than Young Truck and Equipment Company. It was a failure then and to my opinion, and I've been here 21 years in this City and I still live here and I enjoy the City, but this truck was a failure then and I think it is a failure now and I think you're going to bite into another Calavar situation if you bite into this particular unit." Fire Department Response; This is not an accurate statement because Mr. Chrans is implying that a poor three boom product that was introduced into the market in 1963 is the same product being distributed by Young Fire Equipment Company today. Only one three boom apparatus was ever marketed by Seagrave Company. The boom component was manufactured by "Young Spring and Wire Company" in the United States. This company is not now nor never was in anyway connected with Young Fire Equipment Company that is in question here. The fact that both company names are "Young" is coincidental. The apparatus Mr. Chrans alludes to was of a poor design and the only thing it had in common to the boom that Young Fire Equipment proposes to furnish, is that both boom designs are three section. Simon Snorkel manufacturers the boom for our proposed apparatus; and this company has over 9,000 booms in service, both in industry and in the Fire Service, the world over. Page 4 of 6 Mr. Joseph R. Grassie January 0, 1978 Statement v tit o_Chtyans : "Why canit we buy Ametican made products by American vendots1 Now this unit is going to be metric threads very likely." Fite.. DePar_ttnent__Respot Response: Young Fire Equipment Company is an American vendor. The boom section only is manufactured by Simon Snorkel in England. All fittings, threads; hoses and accessories on this boom ate American made with American threads; not metric as Mr. Chrans states. Mr. Chrans has been selling the Fire Department fire helmets for the last two years or more, that are manufactured by the Safety Supply Company of Toronto, Canada. These helmets cost a few dollars less than their American made equivilent. Statement by_Mr..Chrans: "Big deal, the Fite Department sent three people to Buffalo to look at a truck like this. They spent a total of twelve hours it says right here in their evaluation -a 12 hours to spend $270,000.00 of your money." Fire Department Response: Apparently Mr. Chrans is referring to my memorandum to Mr. R. C. Homan dated January 5, 1978. If so, Mr. Chrans took this statement out of context. The 12 hours in Buffalo, New York, that he refers to was one part of over 40 hours just to study the engineering data and inspect a truck under construction that is identical to the one proposed by Young to the City of Miami. Two full days of actual testing and evaluation of an identical apparatus in service in a Firc Department in New Jersey was also conducted by the Apparatus Committee. Subsequently, considerable man hours have been ex- pended to further evaluate this apparatus over the last several months. Part of our actual testing and evaluation of articulating boom apparatus included ATO Snorkel and ATO Snorkel boom on American LaFrance chassis and bodies. The Apparatus Committee discovered the following: 1. ATO Snorkel makes a false claim when they stated to us that it is mechanically impossible to place their boom in an unstable position. This was proven, with their boom in service, at a Florida Fire Department. Page 5 of 6 «SUPPORTIVE DQ0U P`r Er, Mt, Joseph R, Gtassie Januaty 30) 19/8 26 An ATO Snorkel on an American LaFtance chassis that is in service in another Florida Fire Department has outtigger and booth cradle problems) which at times temporarily prevents placing the truck into operation until the truck is relocated on the street to a mote level locations We feel this is due to the chassis design) which is insufficient in strength to prevent chassis torque, 3, Our evaluations of these apparatus and Youngs apparatus convinced the Appatatus Committee that the Young "King Cobra') 100' articua lating boom apparatus is the best engineered and safest apparatus on the market today, Further) the additional cost compared to other apparatus is more than justified in the engineering, quality control and proficiency of operation; along with the potential to reduce future maintenance costs. 4, The King Cobra boom cannot be placed in an unstable position accidentally or intentionally through operator error. The preceding information is being submitted in response to Mr. Chran's statements. Please inform me if additional information is required con- cerning this matter. 1WB:nl Page 6 of 6 YOU1'G PIRE EQUIPMENT CORP. 264 ctUltttAt AOA6 • taktatttR. Pt,* tbkR iiotlt; ti i t►poNE f t § - tea eade January 26, 1978 City of Miami Purchasing Department 3318 Pan American Drive Dinner ttey Miami, Florida 13113 Attn: Art Mullins Purchasing Agent Re: Rid No. 77-78-11 ......._......................._._. Gentlemen: At the time of our proposal we took exception to your request for a 90 day period in which to render your decision, instead, we proposed that our proposal be limited to 30 days, with an extension possible on request. We are pleased to extend our proposal at this time to meet your original requirements. We also, at the time of bidding, took exception to your request for a 100% Performance Bond. We have had a labor dispute which has made it impos- sible to obtain a bond. There are a number of positive developments occurring that I am not at liberty to discuss here. In any event, we feel that our problems should be straightened out soon, which will then allow us to furnish the Performance Bond. The cost of the bond was covered in my letter December 16, 1977, that was forwarded with the bid. We are sorry if there is any confusion covering our warranty. I enclose a copy of the warranty for your reference in connection with this letter. Basically, the warranty says that what we actually manufacture we cover for 5 years. What we buy from another manufacturer we can warrant only what they will warrant to us. The thing that is not said clearly enough in our documents is that we are the people to contact if there is a problem, and we will see to it that the proper action is taken. In recent years the high degree of technology in such things as auto- matic transmissions has required special training, tools, instruments, etc., just to check its operation. Allison have set up a policy where we can buy the transmission at a price that includes warranty work be done by a local authorized Allison servicing dealer. To facilitate the best service for you, there is a policy that when a King Cobra, for instance, is delivered to Miami it would have the Allison transmission as well as the Detroit Diesel engine be given a pre - delivery inspection by your local servicing dealer, with such adjustments as are necessary to insure that everything is as it should be. Your warranty "SUPPORTIVE DOCUMENTS FOLLOW" JAN 3 1 1978 conmehees foiiowing this pre,,delivety inspection We take cettaiti that the local authorized betroit biesel Aillson dealer be inttoduced to .your Setvite beparttteit. Prot that point oti, you cacti obtain the full beiefits as shoa"il in out warranty listed under the Major Components Warranty Schedule. We do not have to be contacted first before any actiofi cant be taker!; this gives you the best in service, this is true also of other tnajor components. We would make every effort to draw up a list of where local authorized specialised service/dealers are available i.e.! teece NeVille alternators, Stockwell axles, ()flan generators, etc. We are responsible for the Simon unit, because we are their authorized agent in the United States, tf, however, there was a problem with a specific hydraulic valve we may find it best to have a local authorized service dealer for that valve handle the adjustment. What it boils down to is that we will work locally wherever we can with experts authorized to work on that specific part. The terms under which this would be done are listed in our warranty schedule. If there is a problem, we are the ones responsible to see to it that you get the proper service - whether we do the work ourselves or make local arrangements to have it done. Thank you for your consideration of our King Cobra. We appreciate your need to study all proposals with great care. The thoroughness and professionalism of the fire department has been refreshing and truly out- standing. We would be honored to be of service to you. REY/mk encl. Very truly yours, YOUNG FIRE EQUIPME CORP. ard-E. '•ung President k .61 Young Fite Equipment Corp. (YFEC) assembles together the tompofietts of fairy MAhUfaCtutets into a fire ttutk. It is because of this that the warranty is tt two pars. 1s those components fabricated by YFEC. 2. those components purchased by YFEC to meet the buyer's requirements, and hereafter referred to as BRAND NAME products. 1. All components fabricated by YFEC are warranted to be free from defects in workmanship ot material for+ a period of 5 years from date of delivery. These compotiehts include, but are not limited to: Water Tanks Brackets Body Compartments Panels Compartment Doors Body Framing Fender Panels Piping Steps and Running Boards Remote Controls Fire Accessory Wiring Harness Pump Mounts The above items, if found to be defective by YFEC, will be repaired or replaced at our discretion, and at no cost to the fire department other than transportation. The decision of whether warranty will be handled at factory ot other service agency shall be administered solely by the YFEC Service Manager. 2. Purchased components referred to as BRAND NAME products are subject to the warranty which the component manufacturer may offer. In some instances (A), YFEC is permitted by the manufacturer to recover labor costs, in which case the repair and/or replacement will be at no charge to the owner except transportation costs, and for the time period shown. In other instances (B), the component manufacturer will not permit recovery of labor costs or transportation costs, in which case the repair and/or replacement will be at normal shop rates to the owner in addition to transportation, for the time period shown. YFEC. The following statements are common to all Component Manufacturers, including The Warranty periods shall begin on the date the truck is delivered to the first purchaser. The Warranty covers only defects in material or workmanship under normal use and service. This Warranty does not cover conditions resulting from misuse, negli- gence, alteration, accident or lack of performance of normal maintenance services, or to repairs, by other than an authorized service agency so as to in any way, in the judgment of YFEC to affect adversely its performance and reliability. The Warranty also does not cover the replacement of maintenance or normal wear items (such as filters, belts, lubricants, seals, etc.) made in connection with normal maintenance services. The owner shall be responsible for all transportation costs to and from the designated service agency. This includes parts shipments for replacement and/or factory determination that the part(s) was defective. 4/ouftg Fire Equipment Corp. «SU r TIVE FOLLOW" stATEMEINt WARRANTY (Coat td.), The owitet is responsible fot the pet fotmance of teguiaf maihteta lce setilices as specified ih the manuals which accompany the "belivety Package" with the ttuckr lti all instances whete the "belivery Package" Includes tegisttatioii cards that should be for aided to the Component Manufactutet it is the responsibility of the owtet to do so. YFEC is not authorized to make any Watranties en the RAND NAME; products of its suppliers beyond those which such suppliers may offer. Ytte will not be liable for damages including, but not limited to, consequential damages to the owtlet or anyone else alleged to arise by any Defect in the fire apparatus or any part thereof. This Warranty is expressly in lieu of any other express or implied Warranties including any implied Warranty of Metchantability of Fitness for a Particular Purpose, and of any other obligation ct liabiltyy on the part of YFEC. YFEC neither assumes nor authorizes any other person to assume for it any other liability in connection with this fire apparatus and equipment. In case of setvice tequirements, the owner shall contact the factory or an X authorized dealer for instructions, When rd11.ig the factory, please call: 12-16-76 SERVICE MANAGER (716) 684-8400 - Prepaid Vouitg Fire Equipment Corp. 2 7. ltr. R. C s Homan Assistant to the City Manager i JO 4.44"4°‘ Chief D. A. HicRman, Direc or Department of Fire January 5, 1978 Tracking System FotM "Snorkel" The following rationale is herein submitted with respect to the Articulat= ing Boom Apparatus Specifications and your subsequent telephone clarifica= tion of Commissioner Plummer's concern about them. It is my understanding that Commissioner Plummer is requesting information regarding the effects of the proposed purchase of the 100' apparatus on the standardization of the Fire Department's training and spare parts inventory programs. Although the concept of standardization in general is one objective in our apparatus replacement program; at times this becomes a secondary priority to the need for versatility within the overall apparatus fleet, particularly in aerial apparatus. Under certain circumstances, standardization must be considered less important than maintenance considerations or performance. Specific tasks and operational capabilities for Fire Suppression and Rescue require that a limited amount of capital equipment be unique in design. The present 150' Firebird is in this category. The proposed 100' Articulating Boom Apparatus, although not capable of the height that the 150' apparatus affords, is unique and highly desirable for its versatility. It is capable of "pin -point" articulation in close quarters and over -and -behind parapet walls because of 1Ls three boom design. This third boom folds into a more compact storage configuration than even an 85' system, thus enhances the maneuverability of the overall apparatus on city streets. With these and many other features of speed of operations, state of the art engineering and quality control and of greater importance, build in safety engineering; no other aerial apparatus available today is more suitable for our needs at this time. Standardization of the basic fireground tactics and operational procedures remains unchanged with the purchase of specialized equipment. True, that this equipment requires specialized training in its characteristics of operations and, therefore, dictates that the primary operators remain assigned to that particular apparatus. However, this is the circumstances now with various specialized equipment which presents no serious problems. Standardization of parts for reduced inventory can only be accomplished with certain components that are common to all fire apparatus being utilized in the Fire Department. A practical parts inventory would be for diesel engines, audio and visual warning devices, brakes, electrical components, etc. The Page 1 of 3 "SUPPORTIVE 1 EVE DOCUMENTS FOLLOW" Mtt Rs C. Homan January 5, 1978 l00` apparatus that has been specified utilizes these same American Trade parts and components as does our present apparatus. In fact, this apparatus utilizes an English Boot Component "only" (patented and manufactured only by Simon Snorkel). The boom bearings, bushings, hydraulic hoses, hydraulic pump and fittings are American made which have been installed in America. Even the steel alloy used is an American process called "Cor=Ten" which is used world-wide. This boom assembly is then mounted on a totally American made chassis, cab and body, utilizing an American engine and transmission and fire pump and all related parts. The complete apparatus has been specifically designed from the front to rear and top to bottom for this unique boom assembly. No other fire apparatus on the market is engineered to this degree. A major consideration against purchasing another Calavar Firebird is based on past maintenance problems that we have experienced. Quality control de- ficiencies played a role in many of the problems. Engineering deficiencies were predominate, probably because the state of the art of telescopic -arti- culating booms creates a complex system of electro-hydraulics rather than the simple system of hydraulics in straight articulating booms,, such as the 100' apparatus recently specified. These differences in engineering concepts that have been compounded by the manufacturer's quality control problems and some other experimental features that are relatively new to the Fire Service, dictates a cautious approach to any purchases of Calavar apparatus at this time. This company, it appears, introduced a practical and unique concept faster than the present aerial technology allowed. In time, we anticipate that this company will produce a superior product with unique capabilities, and future specifications could incorporate these performance criteria. It is important to understand the amount of research that determined the specifications for the 100' Young "King Cobra" Articulating Boom Apparatus. Detailed engineering data was provided by the manufacturer and personally reviewed with the Apparatus Committee. This data included the results of structural analysis and strain gauge testing conducted by independent engineering firms. This process alone exceeded 30 hours. In addition, the manufacturer's plant was inspected and over 12 hours of review was conducted on an apparatus under construction identical to our present specifications. Page 2 of 3 Mt, fts Cs roman Jdnuaty 1978 two (2) days of evaluation was conducted at city ekpense, with a &lit in service ift the Cherry Nills New jersey Fite Depattment this Unit Was operated by Miami personnel in all phases of simulated Fite 8upptessiofi and Rescue operations, The ATO 8ftorkel on thtee different types of chassis was evaluated in the bade.Broward county area, Based on our experience with present apparatus and the evaluations conducted oft ATO tooms the Committee has recommended to the without reservations that the Young King Cobra is superior to any similar type of apparatus on the market today, "SUPPORTIVE DOCUMENTS FOLLOW" AWARD OF E3ID Bid Nos 77-78=11 IfiEtts One 100 foot articulaLing boors fire apparatus and truck DEPARTMENT: Fire TYPE „OF"_ PUf2CHASE: Single tEA N : Replacement of obsolete equipment POTENTIAL l3IUUEF2_S: Thirty-eight BIDS RECEIVED: Five TABULATIO.N: See attached tabulation ... ........ FUNDS: $278)232,91 - Fire Fighting) Eire Prevention) and Rescue Facilities l3ond Program. CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE: Director ui Finance BID EVALUATION: Young Fire Equipment Corp. meet:, all technical specifications. No other bid meets the specifications. RECOMMENDATION: IT IS RECOMMENDED THAT 1IIE AWARD BE MADE TO YOUNG FIRE EQUIPMENT CORP. The Department of Fire concurs. •r r i..���.0 , s Ir Purchasing Agent January 11, 197B "SUiPOR11IE DOCUMENTS FOLLOW" 1- 0-* 1 ND). 77- 7E" A/RTicut.AT!Nr.Boolkit APAATUS Coy Wionap•r. Coy Oats IR•elp.yed by the C.t Comfr, %von. Coy Clerk, City of 041,0rns, Fonda a* Irt.S0 ict77 -, I. 111,- B.t.:-.4.• iYOUNG iciv..rAvatz ' rilLem 0 i XS ' C Pi 'ak VA P._ 1 S0 Pie„.E.-R . LA, Ee.A (..., ATC) Fta_- Eritilp i op ....xis -sod S 'ps,revo vs .P.s. C.ty Cze• 3, ve,to Ort t ! B t bore rnc.--.1 64 OF-100'81D --- I3,62o. oo y, ." P3 Ex cr-7.7."?_.• '.; S. VA77:.,a-_,.. 1”.4..,..„..... WO 145 !.4 A zoR_ Fx(ED-Tv),_1:' 41"2"c2 E.,XCF_-,70tIS ,1-:1\-.7.cx? i DESCRIPT,ON "PO uno - • Total •'' t I C 0 4 Unit I :in,. 1 :.,,,,,• _,- Toe& Torz' I P•..:e Pr,c. , o, c., P nee Z..cp I. C. . 1 ' OMENAZTICULKilv 4 Sozm -T1ZVC.g- t li ta'rfri3 21..c670'°° .LO. ir-7 cP4.,°' 6..,137.•0 :97. ea ' szraq /2.74, st.V" 224 sti Do 0:43.0' :Jac) .,,,,2 to .32.1, eot,3.21 Eth•t° no. .. 7. .....11.r.. .4. Le- ----7 a iovECI) turfo IT DcOR, ofv.s-tzs.r..._ 11.....Z... -... `16.2. ... ...-••••• r ' . .1 :ii.7 111 .0a rrjr, 47_2 !:-. ;:•''' er,,.orr- 2,ugEt-LcikocKs , ' , • 4,:•00 to.= 1 -7 P.. 9- 114% tP, 1 68.00 .27:'•60 / 4 cov2.COPALs_ gooks ' , ' ' (2 " 6 .91 .2. 7. A4- 6'2S- is.°°' •"! 5 71,10(2.')4411.€ ?nal R.R.KS wifi)14 *AYE 5. AO ; ' SO' : 47.s0 95. ao ; 37.27 74. : 17. so 3 4.9 VIE (4) SO Le.... PATTERNS RAM .54. 1 I bo • 00 .P.s:IS• 00 2 o S• D° ; 120zs t 2o. 2S t(oo•00 7 OPEC() UNDRAULIC- Z410‹. -76. co.0.7 64.m ., I SP.. o. 18a. IL I 76.00 .207bIsi :k(4) to g ii° 3700 700 72a 9. 97.2R . OD rritA--A-i('.1.•4 '-i i_E COla L3.sAmsiffiPVEP , . * 4a. 0, 411..00 .29zo •zzo 4500 4S-00 -... en 10 c$3..S0).2.4"13oCr et.sref2.. A. 2 2-0° t: , y..„ • f 5.2•6* 42 .40 4.2 . 4-0 3 2-00 it/ '.7 11 GPIERGEoc.q Ctml 13C '-rbrZCII N'.17--- 0 7E4-ce 7s4-i'a . 6)13.32. 6 13 . 32. $20.00 9.2.0•1'° -----15-°I'- tomE.(i)WACko 11 0)& (I) ig-cAsswgE ezectoe. 4rc A-Iso 1 I 6 39'•&" (0.3"P•6° *.i., 339 .40 339.40 6ot • 00 64 t • 00 . •• 1B bto (0.2.4uELEcT. Vol& EaEtat.21-cA-.2op 598.4-0 S9 F3 .40 34 S• " 74S• 00 14 01)E0 440,5E. ReitieZ. "st" 5 7.35 , 79.aa 7a. Do 70 .96 70. 96 9 0-6° (40•80 . f t 15 TEN Ciall-tkigl SAIxAsSetiovERS - 11.4S oz . I 40 I 129.0° T1, 210Zi I V10 1,11_:0 1 aS• 44- 2.S6 • 4 .1, 1 • 4-z°4°:107-11:1 TOTAL ITEMS I TARU 16 A $ 1. 20,..atiLt., 7 k 2.7R,232.9L 1.12.* 3194° 326. 47. 1 , 1 iloTAL ITNS 2 -n-1Qu 15-0M-ion f 3411 1 ' 4.141.- Z M.1-' 3 447.91 4.. ,... _ _ . " S , D°7-3 1461--a-S-11; Nntair2<sST U P L.:1•CLAIENTS P ORTIVE ql1/41DC::.C.ST. ril)-C)Lvir:7;rS iP‘4Or:71ST .cil'°2crS. ldDle;-;5:':-."---14C-SP Mr:cTS Sss.s. sviPEEYT-231cki-j;)- „,,•.... • •_...... .3• 1 _s. s 'al 1-3-ss----3•:',_ _ t t 1 • F1LOW" , • i 1 ' t i • • , i ' .-----rs- - 1111111111111.111 tie;:01 rC1ns..ett CO, C.T.elf j, Ore ITE,,e tot,* 1/4114.1 DE, S:211:3 1' ,C.iN tOrtopthr. CO, C City o orti IN.00 A. M. litico.y•d by the Coy Cco..,.st;o•N. C.tv Cloth. Coy; G# la.orrt.„ Florolo 14ER.14nR!QCa SvT9.1_:.F4NI 02.7-)7511.-snND set 6.721f3 0 il_::) . CO L.,§. IC SO • t t (i) 10‘.';. 1 SDIA. S Ywil,_.-It-15> • Ctl ‘ ,I___5_,D.1::1 i_Ote_________L__2)S*D° :"1.7S-•C 't..lt°1 1/.36.•1- CUrraZ 4,S.00 4. co 1 s' GAs t, 1.3 k.': CI 14' tux. sv Crtrer 200 4- 1 le 7 g i UrO ' 10t0' into' F,;co 005•;5•`°' 79. SSD •—.QacI)002. (,6.00 • i.c3'0,to Tboe.C.0 1).).12;F_SLeAocgS s:cLu.,D P.t A Apse. 1 le OT TEWS L1g 1 5 IP., • r • p 4-1 t # p th, "it"' ""•16 *1;1 a /7 rn 141E: - 4So -0° Ssa-tx) Sso- op 5 S. "1 55:). 4 SO- rs.co ts,se. 7g '.re - 2.5! • . p tir ss loci" , rte, -> • • ATT::.-S TO ATZTICuLA11.P....cot•it At:9A aXTUS. 1:48.7-St,A* 0L:17 t Tavai cr 7— 'Orr:- 4 lei/itzt L- -e Ye. . - 1-* Pit C 0 I Ai 7-1 t r, ;cc. 17- C2:4 , ; • • c o T.... a BID SECURITY 4k4 sum 100 Vt Attict1stittg DATE MN RECEIVE -artatlaaJPIA t aha BIODER ril5E OP MUM'? AMOUNt FOR ACCOUNTINC WE...._.: Sutphen Corporation $226,75 7000 Columbus Marysville Rd, Amlit, Ohio 43002 Halprin Supply Co, 0355 41734 3804 S. Broadway Place Bank of America Los Angeles Los Angeles, Calif 90037 . American LaFrance Co. r / 100 East LaFrance St, no bid security Elmira N.Y. 14902 Snorkel Divison of A-T-0 Inc. Box 54 Stockyards Station B.B. $10,000.00 St. Joseph, Missouri 64504 Calavar Corporation 13750 E. Fiestone Blvd. B.B. 57. Santa Fe Springs Calif. 906'70 Young Fire Equipment Corp Certified Check # 0744 $13,620.00 204 Cemetery Rd Marine Midland Bank Depew N.Y. Lancaster N.Y 14086 NO BIDS 78 ''/d7 Florida Municipal Sales Opa Locka,Fla "SUPPORTIVE Highland Fire Equip DOCUMENTS Highland City Fla FOLLOW" Fire righters Equip uo. Jacksonville,Fla. Van ?let Inc. Oakdale,Calif DaveSmith & Co. Ft. Lauderdale,Fla, Pyronauts Inc FL. Wolth Texas Car Mar Inc. 4 L . rw i ck, kr Iiincy-.1-wita-ia ......_ Jack Cocke & Co. inc. Mobile Alabama Receive4 the ohove described checks this 11A)."'" / • , ' - day of "4 "41 t ILS i FOR ACCOWiTiNO OIVI$ION 1 =1. IOF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS ls_ DEPT/DiV ACCOUNt CODE BID NO. DATE__ —_-- PREPARED BY PHONE CODE ITEM DESCRIPTION QUANTITY 2 UNIT PRICE cauANtiti# Atttlft §€(fit§ DEPARfMENt Rtdutftekitt t PeR MONtwe AMT. DATE DATE DATE DATE DATE k AMOutaT AMOUNT TOTAL ESTIMATED COST: APPROVED BY CONTRACTUAL: INCIDENTAL : TOTAL SOURCE OF FUNDS: $ $ 7 bt (illy d in bs EXPENDITURE CONTROL: BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTMENT tr— DOCUI\1EN 16 -OL O FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE AD CODE EXPENDITURE CONTROLLER r.uNll:% 'l r): Purr basing (Org.) — (:i1, Manager — City Clerk—rapruditure Gnrfrnl — Issuing Department — Other Affected Department ►c.HM HIV 7A WHITE GFFEN PINT CANAI7Y BLUE GOLDENROD Legal Advertisement UIII Nu, 77z-715:711, , Sealed bids will be received by ttn City Manager and City Clerk or the City er Miami, llorida nu laiet than 1030 A. M. olclock December 19,1977 let furniuhing 100 foot Articulating Boom Aerial Platform apparatus for the Fite Department in accurdance with detailed specificaliuns available upon ruqueut at the office uf the Purchasing Agent, Purchasing Division, 3318 Pan American Drive, Miami, telephone 579-638U. City of Miami, Florida J. R. brassie City Manager