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