Loading...
HomeMy WebLinkAbout22- Fire r CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: William L. Wright Subject: Resolution awarding purchase order to Halprin Supply Company for the purchase Dept: Fire (201) and delivery of Survivair breathing awa— apparatus to be used by the Fire Date: August 13, 1996 Department. Synopsis of Previous Council action: No previous Council action. Recommended motion: Adopt resolution. Sig ature William L. Wright, Fire Chief Contact person: Daniel Dickerson, Deputy Fire Chief Phone: 384-5286 Supporting data attached: Yes Ward: FUNDING REQUIREMENTS: Amount: $26,378.49 Source: (Acct. No.) 001-201-5704 Acct. Description) Psi scel 1 aneous E ui pment Finance, Council Notes: Res 96- -� 7- 4/3[/7V 75-0262 Agenda Item No. r72 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Much of the Fire Department's breathing apparatus inventory is in need of replacement. A large portion of our breathing apparatus units are the older style XL301s, which have undergone numerous repairs and have experienced failure during firefighting activities. Survivair, the company that produces our breathing apparatus, has stated that within seven years there will no longer be parts available to repair our units. Our present units do not meet current NFPA standards for air flow volume, nor do the harness and face piece meet flame resisting standards. Therefore, it is our intent to replace our units within the seven year period with 49 new units and 98 spare high pressure bottles. The purchase of these breathing apparatus with spare bottles will begin phasing out of the older breathing apparatus, which will soon be prohibited. Funds have been allocated in the budget for this purpose. '5.0264 CITY OF SAN BERNARDINO FIRE DEPARTMENT INTEROFFICE MEMORANDUM TO: Mayor and Members of the Common C uncil FROM: William L. Wright,Fire Chief SUBJECT: Staff Report/Purchase of Breathing Apparatus DATE: August 13, 1996 COPIES: City Administrator; City Attorney;Finance Director ------------------------------------------------------------------------------------------------------------------ Much of the Fire Department's breathing apparatus inventory is in need of replacement. Survivair,the company that produces our breathing apparatus,has stated that within seven years there will no longer be parts available to repair our XL30 model units. The XL30 does not meet current NFPA standards for air flow volume,nor do the harness and face piece meet flame resisting standards. It is our intent to replace the XL30's within the seven year period with 49 new Survivair Sigmas and 98 spare high pressure bottles. A large portion of our breathing apparatus units are the older style XL30's which have undergone numerous repairs and have experienced failure during firefighting activities. One such incident occurred on March 20, 1995 where a firefighter working inside a fully involved structure had his air supply cut off. His training and experience allowed him to recover and exit the building safely. These units are the lifeline of the firefighter while attacking a fire and making rescues in a hostile environment. The breathing apparatus allows the firefighter to make entry into an untenable atmosphere so that a timely attack may be made on the fire,allowing for rescue of trapped persons. It is imperative they are kept in perfect working order. The Fire Department has gone to great lengths to provide a skilled maintenance and inspection program within our department. The expertise of our repair personnel have saved the City countless dollars in maintenance and repair costs. Due to the above,we are requesting the purchase of the following: 12 each Sigma breathing apparatus, which include the following: NFPA Compliant, high pressure(4500 PSIG),durations 30 minute. Cylinders,hoop-wrapped fiberglass,without case,whistle alarm side release buckle. COST: $1936.60 each,for a total of$23,239.20 7 each SCBA cylinders with valve,to include the following: Mark 2/Sigma/Omega 30 minute 4500 PSI(hoop-wrapped fiberglass) COST: $414.00 each,for a total of$1897.29 Total cost for the above proposal,including tax,is $26,378.49. Our proposal will provide for the life safety of City firefighters. We request your authorization and support in providing this needed life safety equipment. CITY OF SAN BERNARDINO FIRE DEPARTMENT INTEROFFICE MEMORANDUM TO: Daniel E. Dickerson, Deputy Chief FROM: Terry Beverlin, Engineer SUBJECT: Selective Source Vender Purchasing of SCBA's DATE: August 13, 1996 ------------------------------------------------------------------------------------------------------------------ San Bernardino Fire Department has used Survivair self contained breathing apparatus(SCBA)for over twenty years. All of the air cylinders are Survivair. The agency that tests, set standards, and controls all SCBA manufacture is the National Institute for Occupational Safety and Health(NOISH). NOISH does not approve the use of different types of SCBA or SCBA cylinders (like Scott and Survivair) to be intermixed with each other. If you had two different types of SCBA's, it would be impossible not to inadvertently intermix them Our certified technicians,who perform repairs, overhauls, and maintenance on our SCBA's save the City between $45,000 and $50,000 a year. Our technicians are only certified to work on Survivair SCBA's, plus all our testing equipment and special tools are designed only for use on Survivair SCBA's. We have spare parts and overhaul kits for repair at our station. If we had a different kind of SCBA, we would have to stock more parts and additional tools. We would have to train our technicians to work on another type of SCBA, and train all our personnel on how to use them. The Federal Agency NOISH will not allow you to intermix SCBA parts. It is necessary for us to purchase Survivair SCBA's from Halprin Supply Company in Los Angeles, because they are the only authorized Suvivair distributor in Southern California. REQUEST FOR PURCHASE CITY OF SAN BERNARDINO 2006 PLEASE ORDER THE FOLLOWING FOR L7ELIVERY TO- t3equrSitioR No= San Bernardino City Fire Oep art tttent $� 34 3 f uisttt n 200 E. '3rd. St- frrforflr mere Urgeru Breaon! xxx San Bernardino, Ca 92410:..., R2quiredt7a€$ 30 li Department StiEil to(N �r#rlvrn)Finance ApprovaUFunds Available Commodit y Code Accounting C Regaae °`+ 1-201-574 ' )»gftf.fyCl WoxkOttler. Haz. Matenai ir€glrcatarrtitlleetut.tPrtnt! Account Descr# trot,: . + rStlt T5Ce1 laneous Equi pmef7t Confirm P.d. No: E Number p 2: TO BE USED FOR'(Must be comp to€ed) Breathn ` aratus Un' Item Complete Nomenclature I Description of Material Dimensions, Color, Mfg. & Quantity Unit I Unit Price No. Number, Etc. Detail description of work to be done. If replacement part—Mfg. To of or Best Extension Name. Part no., Model&Serial no.of Machine. Order Measure Estimate Breathing Apparatus - Part Number 9640013 12 ea $1936.60 $23239 20 to include the following: NFPA Compliant, high pressure (45-0 PSIG) , durations 30 minutes Cylinders - hoop wrapped fiberglass, w/out case whistle alarm, side .release buckle. SCBA Cylinders with valve - Part number 915165 3 ea $ 414.00 $ 1242 00 to include the following: Mark/2/Sigma/Omega 30 minute 4500 PSI (hoop wrapped fiberglass) . Note: This is to be a Selected Source vendor as 11alprin supply is the only vender for this product. Recommended Vendor: Phone: SUB TOTAL Halprin Supply Company (213) 232-3131 $24481 20 Address: 3804 S. Broadway lace y SALES TAX $ 1897 29 Los Angeles, Ca 90037 EST. FREIGHT Contact: Ned Patterson Delivery Date: 8-30-96 Terms: F.O.B. Point GRAND TOTAL $26378 49 For other vendor contacts use rviverse side. I here certify that the above items are necessary for ttsi&d arynenf,aril are to betrsed:soteiy for the benefit Buyer: APPROVED: rf t i s DEPARTMENT, DIVISION HEAD CITY ADMINISTRATOR DISTRIBUTION:WHITE&CANARY TO PURCHASING GOLDENROD:DEPT.COPY STK.NO.75-0267