HomeMy WebLinkAbout196-06 RESOLUTIONRESOLUTION NO. 196-06
A RESOLUTION AWARDING BID #06-62 AND APPROVING
THE PURCHASE OF REPLACEMENT PERSONAL PROTECTIVE
EQUIPMENT FROM WAYEST 'SAFETY, INC. IN THE AMOUNT
OF $159,740.00 FOR USE BY THE FAYETTEVILLE FIRE
DEPARTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby awards Bid #06-62 and approves the purchase of replacement Personal
Protective Equipment from Wayest Safety, Inc. in the amount of $159,740.00 for
use by the Fayetteville Fire Department.
PASSED and APPROVED this 21St day of November, 2006.
APPROVED:
By
AfIEST:
DAN COODY, Mayor
'
Pr
c'�G. c.,\ Y go• t SGS'.
•� f-
°
FAYETTEVILLE °
h.
,
',•, .9 RKANSP5J?
rru '';,"%croN�....
SONDRA SMITH, City Clerk
•
Tony Johnson
Submitted By
City of Fayetteville
Staff Review Form
11/21/2006
City Council Meeting Date
Fire
Division
Action Required:
5
/94
yit
4
mac./1,da 601
Fire
Department
A resolution awarding Bid #06-62 and approving a contract with Wayest in the amount of $159,740 for the purchase
of replacement personal protective equipment for the Fire Dept.
159,740.00
Cost of this request
1010.3020.5302.00
Account Number
Project Number
'Budgeted Item
X
162,609.00
Category /Project Budget
50,608.00
Funds Used to Date
$ 112,001.00
Remaining Balance
Budget Adjustment Attached
Uniforms and Protective Equip
Program Category/ Project Name
Services and Charges
Program / Project Category Name
General
Fund Name
Department Director
City Attorney
1/4PO4
Finance and Internal Service Director
Mayor
Previous Ordinance or Resolution #
Date Original Contract Date:
1-1-C4
Date
Date
Original Contract Number:
Comments: Half of this pro ect'was budgeted for 2006 and the remaining will be spent in 2007. The department plans on
purchasing as many as the budget will accommodate in 2006.
•
Fayetteville Fire Department
To: Tony Johnson, Fire Chief
Thru Bud Thompson, Assistant Fire Chief
CC: Chris Lynch, Assistant Fire Chief; Elizabeth Mann, Finical Coordinator
From: Scott Jones, Captain
Date: 11/6/2006
Re: Bunker Gear Purchase
In 2002 the Fayetteville Fire Department began a bunker gear purchase program for the
safety and protection of the members of the fire department. The program is based on
replacing the gear every 5 years or as needed. o r current gear is Morning Pnde brand,
with the purchase contract awarded to'Leeco, Inc.
In the first quarter of 2006 Leeco went out of business leaving us without a vendor and
contract for our gear. We updated our specs to incorporate added safety measures that
will meet NFPA 2007 standards. Our goal is to replace 35 sets in 2006 and 35 sets in
2007 pending approval.
We have only had 1 minor injury due to bunker gear failure since we have started the
protective gear replacement program.
We received 5 bids ranging in price of $131,667 to $186,213. Pro -Fire was the low bid,
taking exceptions on 8 specs, with a bid of$131,667. The second low bid was NAFECO,
($133,756) who checked both comply and exception on 7 specs, leaving one spec blank.
The 3"' lowest bid was Wayest Safety, Inc., who met all bid specifications at $159,740.
An internal review committee was formed to examine the bids received for our protective
gear replacement program. Staff eliminated NAFCO based on the following reasons:
1. Materials do not meet our specifications for thermal and moisture protection and
has 7oz per square inch outer shall, spec was 7.5oz...
2. Although bidder checked comply on 8.0 sizing, the information provided does not
meet this spec, therefore does not qualify as a measured fit.
3. They did not check spec 7.0 Patent Considerations, which states that the Seller
agrees to defend the Buyer for actual or alleged infringement of any United States
of America or foreign letters of patent resulting from Buyer's use of the goods
purchased as a result of this Invitation for Bid
4. This gear does not have the reflective material on the bottom of the tails.
Staff requested the low bid (ProFire) and the 3rd bid (Wayest Safety, Inc.) to provide a set
of gear for evaluation and comparison. This gear was received and appraised by Fire
Department staff.
Pro -Fire
1. Add $20.00 per set or $1400.00 for asset tracking capability.
2. Changed the thermal liner
3. Offering a reinforced knee over the replaceable knee pad. (This bidder did
however offer a replaceable knee pad verbally after stating in their bid that they
could not)
4. Changed moisture bamer
5. Only offer a six point suspension helmet.
6. The pant is a high back
7. When wearing the test gear and the arms were lifted above the head, this caused
the coat hem to rise up approximately 6 inches, leaving exposed areas This is a
safety issue.
8. The primary fastener on this coat use 1 inch velcro.
Wayest Safety Inc.
1. Meets all specs in the bid
2. After examination of all gear; this gear has a high quality of workmanship and
construction
For these reasons, Fire Department staff is recommending that the bid be awarded to the
3"d highest bidder (Wayest Safety, Inc.) The purchase of the Morning Pride Gear will
provide better protection to our firefighters' when they are operating in extreme
environments encountered while fighting fires.
•
RESOLUTION NO.
A RESOLUTION AWARDING BID #06-62 AND APPROVING
THE PURCHASE OF REPLACEMENT PERSONAL PROTECTIVE
EQUIPMENT FROM WAYEST SAFETY, INC. IN THE AMOUNT
OF $159,740.00 FOR USE BY THE FAYETTEVILLE FIRE
DEPARTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville Afkansas
hereby awards Bid #06-62 and approves the purchase of replac rct P rsoral
Protective Equipment from Wayest Safety, Inc. in the arnot oft 159, 400 for
use by the Fayetteville Fire Department.
PASSED and APPROVED this 21St j y of Nove
ATT:
S-®i4DRA SMITH, City Clerk
COODY, Mayor
V * '
•
FINAL BID PRICE - Per Bid 06-62 Specifications
$ 2,282.00x *70 _ $159,740.00 ***
PRICEA Final Bid Price
*** Price Good until 12/31/06****
*Notice: This amount is the estimated number of sets to be purchased in the
years 2006 - 2007. The City of Fayetteville reserves the right to deviate from
estimated quantities.
Estimated Delivery days from date of
Purchase Order Approval: By 12/20/06
Days
If you are awarded the bid, the City of Fayetteville requires a complete unit for inspection
before the order of the first set of thirty five (35) units
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Specifications in reference to
the compliance of the item bid. Actual specification of any deficient item must be noted on the bid sheet or
separate attachment. If specifications of item bid differ from provided literature, deviation must be documented
and certified by the manufacturer as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements
as specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM: Wayest Safety, Inc.
*BUSINESS ADDRESS: 5514 South 94th East Avenue
*CITY: Tulsa
*STATE: OK *Zip: 74145
*PHONE: 800-256-1002 FAX: 918-665-3515
* E-MAIL ADDRESS: clay.carter@wayest.com
*BY :( PRINTED NAME)
Clay Carter
*AUTHORIZED SIGNATURE: 0
*TITLE: Account Manager
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 22 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 10: Bid Pricing and Signatures
Bids will be awarded based on the lowest responsive bidder. Lowest bid will be calculated according to the
"Final Bid Price" listed in this section. The City of Fayetteville will award this bid based on purchase estimates
through 2007. The City of Fayetteville reserves the right to deviate from estimated purchase quantities. Please
refer to other sections of these bid documents for automatic procurement renewal information.
BID DEADLINE: Thursday, October 19, 2006 — local time, 2:00 PM —
City Administration Building, 113 W. Mountain (Room 306).
1.0 INDIVIDUAL ITEM PRICES
**** This Price is good only until 12/31/06
City of Fayetteville CPI"Must go into affect 1/1/07*******
Bid 06-62, Fire Department Protective Equipment
Page 21 of 23
ice
rice
Item Prices - Per Bid
06-62 S
• ecifications
Item
Descri
•tion Bid Price Per Item
Coat $ 975.00
1
Price •er each
Pant $ 710.00
2
Price •er each
Suspenders $Included
in Pants Pi
3
Price •er each
SF
Fronts $ Included
in Helmet
•
4
Price •er each
Helmet $ 241.50
5
Price ••reach
Gloves $ 69.50
6
Price •er •air
Hood $ 35.50
7
Price •er each
Boots $ 250.50
8
Price •er •air
Total Price Per Unit (Sum of items 1-8): $ 2,282.00 *
*PRICE A
**** This Price is good only until 12/31/06
City of Fayetteville CPI"Must go into affect 1/1/07*******
Bid 06-62, Fire Department Protective Equipment
Page 21 of 23
ice
rice
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 2: Terms and Conditions
PRE -PRODUCTION SAMPLE
If you are awarded the bid, the City of Fayetteville requires a complete unit for inspection before the order of 35
units. The 35 units must be delivered by December 20, 2006.
XXX Comply Exception
Bid/Contract Terms: The first term of the agreement shall be from award of contract through December 31,
2007. This contract will automatically renew based on approval of budget appropriations for two consecutive
one-year terms. This action is taken in order to standardize all protective fire equipment to increase efficiency,
decrease inventory cost and staff training. Annual increases will be allowed based on the Consumer Price Index
for All Urban Consumers (Index) as published by the U.S. Department of Labor, Bureau of Labor Statistics.
The initial index to be used is October 2007. Either party may terminate the contract with a written notice of
cancellation. Cancellation will be effective 30 days after receipt of notice.
To identify the best option for acquiring personal protective equipment for the Fayetteville, Arkansas Fire
Department all bids must include the following:
1) All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the
vendor from the City of Fayetteville Purchasing website (www accessfayetteville.org). Bids with
missing pages or missing any requested attachment will be deemed incomplete.
2) Questions pertaining to this project are_ welcomed and encouraged. Please contact Fire
Administration Captain Scott Jones at (479-718-7613) for questions pertaining to the specifications,
and Purchasing Buyer, Andrea Foren (479-575-8220) for questions pertaining to the bidding process.
3) A pre -production sample is required before order is placed.
4) It is required that the vendor provides .an onsite representative to aid in the measuring and fitting of
the two (2) bulk purchases totaling 70 units. One bulk purchase will be in 2006 (35 units) and one
bulk purchase will be in 2007 (another 35 units).
5) The item bid and the bid number shall be stated on the face of the sealed bid envelope.
6) Bids received after the date and time set for receiving bids will not be considered.
7) The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and
make a bid award deemed to be in the best interest of the City.
8) The quantities listed are based on the needs of the City and availability of funds at the time bids are
posted. The City shall be able to purchase more or less than the quantity indicated subject to
availability of funds or change in needs.
9) The City of Fayetteville currently anticipates the purchase of thirty five (35) units in the current year,
2006, and thirty five (35) additional units in 2007; therefore giving an estimated purchase of seventy
(70) units for the first term of the contract. Bid price per unit shall be good for individual purchases
as they arise as well as individual prices for each line item listed in Section 10.
10) The bid price shall remain good and firm until project is completed, unless properly adjusted
according to further terms stated in this bid. Payment to the vendor by the City will be made within
30 days following delivery and acceptance in accordance with these specifications and the City's
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 4 of 23
Purchase Order to the vendor.
11) All products delivered shall comply with applicable standards of quality.
12) Any exceptions to the specification requirements of the City of Fayetteville must be noted on the bid
documents and submitted with bid.
13) Prices shall include all labor, materials, overhead, profit, insurance, etc. to cover the furnishing of
the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws
will apply to this bid, but will not be considered in award of the bid.
14) Each bidder shall state on the face of the bid form the anticipated number of days from the date of
receipt of an order for delivery of equipment to the City of Fayetteville. Failure to deliver on or
before the time specified in the contract may subject the contractor to payment of damages or other
appropriate sanctions.
15) Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly
noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard
warranty or the minimum warranty specified herein by the City.
16) Bidders must provide the City with their bids signed by an employee having legal authority to
submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be
borne by the bidder.
17) The City reserves the right to request any additional information it deems necessary from any or all
bidders after the submission deadline.
18) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor
does it commit the city to pay for any costs incurred by bidder in preparation of bid.
19) Bids must be received by mail or hand delivery in the Purchasing Office, Room 306, 113 W.
Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid.
20) The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at
(479) 575-8289 to insure receipt of their bid documents prior to opening time and date listed on the
bid form.
21) Items bid must be delivered FOB to Fayetteville Central Fire Station, 303 W. Center Street,
Fayetteville, AR 72701. Units must be fully assembled, serviced, and ready for use as delivered
unless otherwise specified. No dealer/distributor logo or other identification will be installed other
than standard manufacturer name badges.
22) The City of Fayetteville has determined that this product specification shall represent the product to
which all offerings shall be compared. Due to the fact that firefighting is an ULTRA
HAZARDOUS, UNAVOIDABLY DANGEROUS activity, only trained Fire Department personnel
with specific knowledge in the area of Personal 'Protective Equipment shall be allowed to make the
final determining decision on the selection of the appropriate product to serve the Fire Department's
needs.
23) Other governmental agencies, outside the City of Fayetteville, Arkansas and within the general
City of Fayetteville area may be extended the opportunity to purchase from this bid with the
agreement of the successful vendor. However, the City of Fayetteville is not an agent of,
partner to or representative or these outside agencies and is not obligated or liable for any
action or debts that may arise out of such independently negotiated "piggy -back"
procurements.
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 5 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 3: General Specifications
If given the option, mark "yes", verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
1.0 PURPOSE AND SCOPE
This specification is intended to define the minimum requirements for bunker clothing for firefighters. In the
absence of comment on particular points; industry standard practice should be presumed to prevail.
Workmanship and material must be first quality throughout. Any exceptions to specifications must be clearly
spelled out at time of bid. In the absence of comment on a specific point, bidder will be required to furnish a
totally compliant garment. Taking a blanket exception shall not be acceptable.
XXX Comply *Exception
2.0 CERTIFICATION & WARRANTY
The manufacturer of the protective clothing being bid must certify that the garments being offered meet or
exceed all requirements of the latest NFPA #1971. Manufacturer must also list and label this product with
Underwriter's Laboratories as the third party certification organization prescribed in NFPA #1971. Underwriter
Labs shall have performed ALL certification testing and testing pre -conditioning themselves. Manufacturer
testing or pre -conditioning per any type of client data program is unacceptable to the purchaser.
Purchaser reserves the right to contact UL to verify that vendor certification is NOT based upon client generated
data. Certification shall include by definition the areas of limited protection resistance from bloodborne
pathogens as follows: Coat shall provide limited protection to the upper torso including the arms but excluding
the head and neck interface area and the hand and wrist interface area. The pant shall provide limited protection
resistance to the lower torso including the legs but excluding the foot and ankle interface area. The coat and
pant overlap shall provide limited protection resistance to the coat/pant interface area.
When utilized with the appropriate gloves, boots, and helmet (with the appropriate faceshield and earflaps) the
coat and pant design shall also be capable of providing certified bloodbome pathogens protection (as defined by
the NFPA Shower Test) to the wrist, ankle and collar interface areas.
When utilized with the appropriate helmet/earflaps and the purchaser specifies the appropriate collar/chinstrap
in the custom option section of the specification, the helmet and coat design shall also be capable of providing
certified bloodbome pathogens protection to the neck interface area.
MANUFACTURER must also include a written statement of lifetime warranty terms and conditions with the
bid package. Manufacturer must provide upon request, third party certification of the required interface
bloodbome pathogen resistant capability.
Manufacturer shall be registered to ISO 9001, Quality Systems -Model for Quality Assurance in Design,
Development, Production, Installation, and Servicing.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 6 of 23
3.0 PRODUCT COUNTRY OF ORIGIN
For liability reasons, garments must be manufactured in the United States of America by companies with their
assets and incorporation within said country.
XXX Comply *Exception
4 0 LABELING REQUIREMENTS
Labels shall be permanently and integrally printed onto breathable materials that meet all the requirements for
labels of NFPA 1971. Garment labels shall meet all requirements of NFPA 1971 Flame Resistance Test One
(for vertical flame resistance of cloth). The garment shall be clearly labeled to fully identify the material
content of all three layers: outer shell, moisture barrier and thermal liner. In addition, each separable layer of
garment shall be labeled with the FEMSA-style DANGER label in an obvious location.
XXX Comply *Exception
5.0 CARE INSTRUCTIONS
Successful manufacturer to provide the fully legally researched FEMSA (copyrighted) official User Information
Guide. This material to be packaged with each garment along with a summary sheet describing garment
specifications, sizing and production details. This written information is to be in complete compliance with all
NFPA guidelines, and to reference same.
Topics to include but not necessarily be limited to: User Cautions, Cleaning Instructions, doffing and donning
instructions, maintenance criteria, repairs/customer changes, warranty information, size, fit and protective
overlap requirements, safety considerations, storage conditions, decontamination considerations, retirement
considerations, etc.
XXX Comply *Exception
6.0 TRACTABILITYPROGRAM
Successful bidding manufacturer to have in place a computer maintained tractability program that allows the
assignment of a production control number to each garment and tractability from that production control
number down to individual bolts of cloth used in all three layers of the garment composite construction.
Production Control # to be recorded on garment label and on other protected areas of garment.
XXX Comply *Exception
7.0 PATENT CONSIDERATIONS
Seller agrees to defend Buyer at Seller's own expense, in all suits, actions or proceedings in which Buyer is
made a defendant for actual or alleged infringement of any United States of America or foreign letters patent
resulting from Buyer's use of the goods purchased as a result of this Invitation for Bid. Seller further agrees to
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 7 of 23
•
pay and discharge any and all judgments or decrees which may be rendered in any such suit, action or
proceedings against Buyer.
Seller agrees to indemnify and hold harmless the Buyer from any and all licenses, royalty and proprietary fees
or cost, including legal costs, which may arise out of Buyer's purchase and use of goods supplied by the seller.
It is expressly agreed by Seller that these covenants are irrevocable and perpetual.
XXX Comply *Exception
8.0 SIZING
To ensure a perfect fit, sizing shall be based on actual measurements taken of the firefighter or sizing try -ons, or
both. Sizing measurements shall be taken at the buyer's location.
Garments shall be available in custom sizing as follows: coat chest in 2 -inch increments, coat sleeve in 0.5 -inch
increments, coat back length in 1 -inch increments, pant waist in 2 -inch increments, and pant inseam in 1 -inch
increments. A full range of women's sizing, on women's patterns, must also be available.
Neither Small -Medium -Large -Extra Large sizing nor women's garments cut to men's patterning are considered
acceptable, since proper fit facilitates mobility and minimizes stress.
XXX Comply *Exception
9.0 FLAMMABILITY OF CONSITUENT MATERIALS
Labels, bindings, hang-up loops and production labels shall be tested for flame resistance and shall comply with
the requirements of NFPA 1971 flame Resistance Test One (for vertical flammability of cloth).
XXX Comply *Exception
10.0 THREAD
All sewing thread utilized in the construction of garments shall be made of an inherently flame -resistant fiber
and shall be tested for resistance to melting as specified in NFPA 1971 Section 6-11, Thread Melting Test, and
shall not melt below 260°C (500°F).
Light colored garments and trim areas shall feature yellow thread. Black and dark garments shall feature black
thread. Tan and bronze colored garments shall feature tan thread.
XXX Comply *Exception
11.0 ASSET TRACKING SERVICES
Upon request, the manufacturer shall be capable of providing a program for the tracking of care, cleaning and
maintenance of the department's PPE. Bidder must disclose all costs, if any, for this service at the time of bid.
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 8 of 23
This tracking program shall meet or exceed all record-keeping requirements for the latest standard NFPA 1851,
Standard on Selection, Care, and Maintenance of Structural fire fighting Protective ensembles.
XXX Comply *Exception
12.0 REPAIRS AND ALTERATION SUPPORT
The successful bidding manufacturer shall furnish, free of charge, reasonable quantities of NFPA certified
thread, materials, etc. to allow the department to manage their ongoing internal maintenance efforts. Also,
successful bidding manufacturer to have on-call at no charge, during normal business working hours, a liaison
for the repair department to assist the Fire Department on a telephone consultation basis, on any
maintenance/repair question that arise. Additionally, successful bidding manufacturer will agree to expedite, on
their cost only basis, any repairs required to be done at the manufacturer's plant, rather than in department, over
the life of the contract. All freight and shipping cost for warranty repairs will be at the manufacturers or dealers
cost.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 9 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 4: Coat Specifications
If given the option, mark yes", verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
To avoid liability and interface problems, it is the intent of the purchaser that coats and pants shall be procured
from the same manufacturer.
1.0 PATTERNING CONCEPT AND REQUIREMENTS
Garments shall feature a tailored three body (one piece back) construction throughout the outer shell, moisture
barrier and thermal liner. One piece garments (either all layers or some layers) will not be considered
acceptable since they cannot be tailored to hard to fit personnel.
Coat hem rise with overhead reach of both arms are not to exceed 4" at maximal extension on properly fitted
garments. Sleeve attachment shall minimize shoulder lift and allow a full 360 degrees freedom of movement.
Cuff shell/liner retraction shall not exceed /" to 1" when both arms are raised overhead to help eliminate wrist
exposure.
XXX Comply *Exception
2.0 THERMAL LINER AND MOISTURE BARRIER
The thermal liner and moisture barrier shall be completely removable (detachable) from the jacket shell. The
body of the liner and barrier should be secured with a minimum of 4 evenly spaced snaps and each sleeve shall
have a minimum of 2 snaps. To provide continuous moisture and pathogen protection at the front, the liner
shall be positioned so is sandwiched between the coat front facing and a breathable pathogen shield. Liner and
moisture barrier should have a port for inspection.
XXX Comply *Exception
3.0 COLLAR
Collar layered construction, consisting of a layer of breathable moisture/pathogen barrier material and another
layer ofNFPA approved insulating material, sandwiched between two layers of specified outer shell material
and at least 4" high. The design shall incorporate in the patterning a natural contour that will allow proper fit
and performance in the standing (upright) or stowed position.
xxx Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 10 of 23
4.0 CHINSTRAP
Chinstrap layered construction identical to that of the collar configuration listed in the previous paragraph. The
chin strap shall be a minimum of 4" vertical height measured at the center. The chinstrap shall incorporate a
knit insert for comfort. The chinstrap should insure closure and passage of the whole garment water tight
integrity test.
5.0 HANG UP LOOP
Minimum of 80 pound tear strength hang up loop.
XXX Comply *Exception
6.0 SLEEVES/WRISTLET
Sleeves shall be individually graded by coat size and sleeve length to prevent stove piping. Also sleeve well
should prevent water and other hazardous elements from entering the sleeves when the arms are raised and
reduces the possibility of steam burns around the wrist. This protection can be part of the wristlet.
Sleeve cuff shall be reinforced with an extra layer durable material.
Nomex knit inner and extemal or a combination of both, wristlets shall provide a thumb attachment by means of
a tabbing material or thumbhole in wristlets.
XXX Comply *Exception
7.0 COAT CLOSURE OVERLAP
The coat shall incorporate a front closure facings to preclude any type of break in the protective envelop.
XXX Comply *Exception
8.0 POCKETS
All pockets will be reinforced with an extra layer of certified outer shell, moisture barrier, or reinforcement
material for extra durability. All pocket closures to be made with 1 V2' minimum width velcro. All exterior
specified pockets and flaps are reinforced with bartack stitching. Pockets shall not interrupt the trim stripe.
A separate hand warmer pocket compartment should be provided under the cargo pocket. This compartment
will be accessed from the rear of the pocket and shall be lined with Nomex Fleece for warmth and comfort.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 11 of23
9.0 DESIGN STYLE
The specifier prefers "Tails" design and approximately 6" longer at the rear hem than at the front. Coat
composite (all three layers) shall not gap when the firefighter is bending, crawling, or climbing. Gapping shall
be determined as defined in NFPA with both arms fully overhead and wearer bending to rear, sides and front.
The actual length of coats (shorter or longer) will be determined by each individual's torso length. Coat must
interface properly with standard height pants.
XXX Comply *Exception
10.0 RAPID RESCUE STRAP
1 ''A" Kevlar strap stored between coats outer shell and liner, not to interfere with the firefighter's comfort of
wearing airpack
XXX Comply *Exception
11.0 OPTIONS
Trim: Lime Reflexite 3"placed on cuff approximate 3" from end, across
front of chest (3"), around complete bottom (3") and at the bottom
of the tail portion
Back Patch:
Name Patch:
Closure
Flashlight Clip
Pockets
Radio Pocket
XXX Comply
12.0 MATERIALS
F.F.D. across shoulders, lime reflexite 3 inch
Tail section of coat, FF last name or ls` initial and last name, avg of
9 letters, 2" sewn letters, lime reflexite
Chicago Closure, 2" Velcro/Hooks & Dees
Flashlight Clip w/velcro on strap on left chest
Bellows Pockets, minimum 6" X 9" X 1 'A" lined with Kevlar on
each side of coat, were they are functionally with the use of SCBA.
Should also include drain for water.
Right chest 8" X 3" X 3", Kevlar Lined
Mic Tab, right chest above radio pocket, /" X 2'/"
*Exception
Outer Shell: PBI Enhanced Water Repellency Rip Stop7.5oz, Bronze or Natural Color
Thermal Liner: Meta Aramid/2 Layer Basofil Thermal Liner.
Moisture Barrier: Crosstech/Nomex Facecloth Moisture Barrier
XXX Comply
*Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 12 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 5: Pant Specifications
If given the option, mark "yes , verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
To avoid liability and interface problems, it is the intent of the purchaser that coats and pants shall be procured
from the same manufacturer.
1.0 PATTERNING CONCEPT AND REQUIREMENT
Pant shall feature a tailored four piece outer shell with two piece, moisture barrier and lining. The thermal liner
and moisture barrier layers of the trouser liner system shall be constructed to allow the layers to separate for
complete interior inspection, service and replacement.
Moisture barrier and thermal liner assembly shall be attached to the outer shell at the cuff by a minimum of 2
snap assemblies per leg and the waist with a minimum of 7 evenly spaced snaps
XXX Comply Exception
2.0 SUSPENDER ATTACHMENT
Eight heavy duty, rust resistant suspender buttons to be positioned around the waist. Suspender buttons shall be
mounted through waist band of triple layer outer shell material that is internally reinforced.
XXX Comply Exception
3.0 SUSPENDER
Padded suspenders with quick adjustment parts
XXX Comply Exception
4.0 FLY FRONT
The fly front system shall offer 360 degrees protection without gaps during movement of outer shell moisture
barrier and thermal liner. Closure should be a minimum of 1 ''/A" velcro, with hook and D, and all construction
techniques used shall provide liquid penetration protection under the whole garment watertight integrity test.
XXX Comply Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 13 of 23
•
5.0 OPTIONS
Trim:
Closure
Knees
Pant Cuff
Straps
Pockets - Bellows
Pockets
XXX Comply
6.0 MATERIALS
Lime Reflexite 3" placed on cuff on each leg
Chicago Closure, 2" Velcro/Hooks & Dees
Replaceable Heat Channel Knees
Kevlar
Outer Shell Postman Take -Up Straps (2)
Bellows Pockets, minimum 6" X 9" X 1 %" lined with Kevlar on
each side of pant
Hip pockets on each side, 8" X 8'/" Kevlar lined
Exception.
Outer Shell: PBI Enhanced Water Repellency Rip Stop7.5oz, Bronze or Natural Color
Thermal Liner: Meta Aramid/2 Layer Basofil Thermal Liner
Moisture Barrier: Crosstech/Nomex Facecloth Moisture Barrier
XXX Comply Exception
10 TROUSER LEG CUFF
The trouser leg cuff shall have a reverse boot cut approximately 1" shorter than the front. The liner shall be
constructed such to prevent the liner from hanging below the shell. This will minimize the chance of premature
wear of the cuffs.
City of Fayetteville
Bid 06=62, Fire Department Protective Equipment
Page 14 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 6: Helmet Specifications
!f given the option, mark °yes", verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
1.0 GENERAL
This specification is intended to define the minimum requirements for a firefighter's traditional styled helmet.
The purpose of the helmet is to provide limited protection to the head of structural firefighters during the normal
performance of their duties as defined by the latest NFPA 1971 and NFPA 1500.
Manufacturer shall be registered to ISO 9001, Quality Systems -Model for Quality Assurance in Design,
Development, Production, Installation, and Servicing.
XXX Comply *Exception
2.0 COMPOSITE OUTERSHELL
Shall be high pressure molded at a minimum of 1000 p.s.i. to form the composite material. Shell shall be
available in black, white, red, orange, blue and yellow with the color molded throughout. Painting or coatings
on the shell shall not be acceptable because of its inherent problems of chipping and durability. Shell minimum
thickness shall be .070"
Design shall be a traditional American Fire Service style to include on the exterior of the helmet dome: a major
longitudinal ridge; and minor diagonal ridges. Brim shall be of a traditional "water shed" design, include
decorative vine scrollwork on the upper brim and have a decreasing radius downward slop at the rear of the
brim.
XXX Comply
*Exception
3.0 WEIGHT DISTRIBUTION DESIGN CRITERIA
Shell shall exhibit superior levels of energy dissipation and penetration resistance. This shall allow the helmet a
much lower center of weight location. Additionally, the internal 8 -point overhead suspension straps shall be
long enough to allow for a lower shell ride on the head to improve fit while reducing fatigue and helmet
instability during use.
XXX Comply *Exception
•
4.0 BRIM EDGE TRIM
On black, red, yellow, orange and blue helmet shells there shall be black impact resistant and fire retardant edge
beading. White helmets shall have white edge beading. All beading shall be bonded to the helmet brim using
high temperature resistant adhesives.
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 15 of23
XXX Comply *Exception
5.0 MOUNTING BRACKETS FOR LEATHER FRONT
Bracket shall be aluminum alloy Eagle with a 24 -carat gold plate finish. Forward/rearward movement to fit
various style leather fronts. Mounting of eagle should include 3 threaded stainless steel rods and six solid brass
nuts.
Lower bracket shall be a "U" shaped bracket, mounted to the lower front portion of the helmet dome just above
the brim.
XXX Comply *Exception
6.0 SUSPENSION/RETENTION SYSTEMS
The internal sizing and impact dissipation systems of the helmet shall be comprised.ofthe following
components: Suspension mounting ring; adjustable headband/ratchet with padding; easily replaceable, washable
and padded coverings for the headband and ratchet; and eight way overhead strapping/suspension systems. The
mounting ring shall have eight bosses to accept the mounting tabs for the overhead suspension system. Lipped
retention walls shall be provided at the rear and sides for installing goggles.
XXX Comply *Exception
7.0 EYE PROTECTION
Non-NFPA Compliant EZ -Flip Style Eyeshields used with goggles.
NFPA-Compliant Goggles with a retention system to be integrated molded in component of the suspension
mounting ring and provided on all helmets. Goggles should be able to be stowed on either the front of the
helmet or rear of helmet.
**NOTE** deletion of certified eye and/or face protection negates NFPA certification and labeling. Helmets
will meet and exceed all other NFPA performance criteria, however, will only be labeled to OSHA 29CFR1910
sub -part L & Cal OSHA Title 8, GISO Section 3403. Fire department shall assume the responsibility of
supplying other means of appropriate eye and/or face protection.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 16 of 23
8.0 OPTIONS
Hanger Loop and Bracket Mounted at the rear of the helmet brim
Trim 8 lime 2" high reflexite trapezoids.
Ear Covers Yellow Nomex with black flannel
Chinstrap ' Nomex with quick release buckle on wearer's right side, with a postman slide
length adjustment on the wearer's left side. The loose end of the strap shall
feature storage by means of Velcro.
Front
XXX Comply
9.0 WARRANTY
Houston style front that fits the eagle, with Fayetteville on top, Company in
middle, and rank at the bottom.
*Exception
Manufacturer shall guarantee the helmets to be free from any defects in material or workmanship for the life of
the product. In addition, manufacturer shall guarantee for 5 years from date of manufacture, the shell should it
wear out or be damaged during normal firefighting and/or training activities. The warranty excludes helmets or
parts that are "lost" due to acts of nature or negligence.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 17 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 7: Glove Specifications
If given the option, mark "yes", verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
1.0 STRUCTURAL FIREFIGHTING GLOVES
The protective structural glove shall meet or exceed the performance requirements as outlined in the latest
NFPA 1971 for structural firefighting operations. It shall afford protection to the hand area of the firefighter
against adverse environmental effects and blood home pathogens during fireground operations.
The design and materials used shall be certified under the requirements of the latest NFPA 1971.
XXX Comply *Exception
2.0 MATERIALS/THREAD
The glove shall consist of an outer shell, moisture barrier and thermal liner. The following is the material
currently used by the specifer.
Outer shell — Suede elk, tan
Moisture barrier — Crosstech
Thermal liner — Self -extinguishing fleece
Thread — Nomex
XXX Comply *Exception
3.0 CONSTRUCTION
All three layers of the glove shall be stitched together at the cuff and fingertips to avoid liner pull-out. The
fingerstrips shall be sealed to provide complete waterproofing. Glove should be gauntlet style.
XXX Comply *Exception
4.0 SIZING
The gloves shall be offered in small, medium, large, x -large, and xx-large and jumbo
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 18 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 8 Protective Hood Specifications
If given the option, mark "yes", verifying you can meet each specification. if you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
1.0 Hood Design
The hood shall be designed to meet or exceed the performance requirements of the latest NFPA 1971 for
structural firefighting operations.
Hood shall provide protection to the head and neck area against heat during fireground operations.
The design shall be patterned for maximum comfort. It shall cover the chest, shoulders and shoulder blades of
the wearer.
The face opening will contain %" wide elastic for ease of donning and a snug fit around the face and SCBA
mask.
XXX Comply *Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 19 of 23
•
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 9: Structural Firefighting Boot Specifications
If given the option, mark "yes", verifying you can meet each specification. If you cannot meet a
specification, mark "no" and write how your product differs from what is specified.
1.0 DESIGN
Straps: Heavy duty pull straps
Outershell: Rip stop fabric using a blend of Nomex and Kevlar.
Puncture Barrier: Blend with outershell for impact protection against punctures
Moisture Barrier: Crosstech Footwear Fabric. Should have full height bootie package for continuous and
complete protection and penetration resistance to blood, body fluids and NFPA tested
common chemicals.
Thermal Barrier: Must have full height thermal protection. Design must not cause wicking in water or
chemical.
Shin Guard: Padded front that does not cause discomfort to the wearer.
Sole: Vibram lug sole, corrosion resistant steel shank, puncture resistant steel bottom plate
Toe Cover: Provide resist to abrasion.
XXX Comply x Exception
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 20 of 23
resistant (BPR) fire fighting clothing. Morning Pride is also
the first firm to offer interface -capable and certified EMS
systems. Moming Pride BPR products interface with all
PRO -Warrington Ranger and Servus boots to provide full
body protection (including interface areas).
LFi�e#rm2`�aWaraanty
5 `�i r�alen s g ct rfeh r n��.
r.1
.ettg.-f�"� los-f ltl"'KQ� _ rnpehllyeiy urmancarwfawy
ay�g�r`gilnyI
30114a
Experience & Quality
Established in 1921, Morning P ide is not just another
brand of protective clothing, it is the BEST product menu-
facturable. For instance, every individual stitch is inspected
on our garments and even a single skipped stitch is
repaired before shipment. Similarly, our garments are
constructed with lock stitched optioning, outershell double
layering (rather than cheaper, dry rot prone, water
absorbing leather) reinforcements on cuffs, podcets, etc.
We avoid cheap, stressful foam that can embrittle at
fireground temperatures. The Morning Pride.label is your
guarantee that the product is the best it could be. After
equivalent field service lives, Morning Pride products
consistently and dramatically outperform competitive
products (just ask any of the many departments who've
tried others and now insist only on Morning Pride).
Factory Support & Service
Our Customer Service Department features some of the
most skilled individua s in the industry. We routinely assist
our customers, at no charge with specification pre -para -
hon, competitive model number comparison, referrals to
local Morning Pride distributors, technical performance
details, reviews of certifying test results, exploration of
new marketplace trends and assistance with sizing
challenges. Additionally, Morning Pride is extremely
proud of our record of after sales service. Cal) on us
whenever we can help.
Selection
Morning Pride customers also benefit from unparalleled
selection. We offer almost 200 models of protective cloth-
ing, each available in a variety of colors and with a vari-
ety of custom options. No other protective clothing manu-
facturer offers a line as wide and varied. Morning Pride
offers everything from the most economical to the most
technically sophisticated products.
Delivery
Inventory depth allows Morning Pride to fill most orders
very quickly. A large inventory of raw goods also allows
Table of Contents
�4 , ialeE?ill�
�:.iv>�n_.�.va..,aa:�..>-.: _�.:�:._^c�.N s. vu...aa
yxc ix
ami?
us to offer:an EXPRESS:deliveryoptiononony;cuustom buhkt•i.
protechveEClo16111g Teieoreno`6estOttiOa bn si
colorssxcual ophritis; etc. Any t ee be ortfcrec
Oil the Eocpress Lute making quirk t eirveryof custom buck ::
clothing:a:�tlarmrrss��:Pride exclusive-Siamhrfy.our Gusrotn
Stock program oNeis.2 WEEK delivery on custixn¢ed•.
products.,...........
Firefighter Managed and
Oper te
ad
Total Fire Group is owned/mamdgtr<tloy on active member
of the hre servxe anda:torge percentage iof'our staff are
Rrefighters/EMS/fazrresponders: As a ttetsvb,_we hove d ..
special dedicahon iu3::the toted satisfacbat`of aur customers': ,- .
We feet Bitot this dedication which refkdsJtself m every
phase of dirt operation;: is the reason That we f have assert to>
market dommonce $iiefighters have vbys'be r bestok
taking core of firefighters, and Total Frec our rs proud to
continue *overeat tradition.
Baca*: smrEPi ytkdmwds hnlY�ar lilt
An .. Reda r.:dh 84
*ft/Stria, .... t Skhah &Bty.tstHorn Wiles
tt -..s dot :rdtcCrearse,®. a.Aaa
sevBpedReanga0cEP. manemiltSt. :: d°""3"3 p:.
Poeidr*My edgeacro-;3t L{. ._. > AegNei;:
.tsfwtvOS:
ssakein rico ss,as ir.ert-, epad5m stiKert .....
:Shcitanit
sdr:Jsy k6mirq, eswdstmp,
Contact Us
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 11: Statement of No Bid (if applicable)
We, the undersigned, have declined to bid for the following reason(s):
1. We do not offer this service/product
2. Our schedule would not permit us to perform
3. Unable to meet specifications
4. Insufficient time to respond to the Invitation to Bid
5. Other (Explain)
*NAME OF FIRM:
*BUSINESS ADDRESS:
*CITY: *STATE: *ZIP:
*PHONE:
FAX:
*E-MAIL ADDRESS:
*BY :( PRINTED NAME)
*AUTHORIZED SIGNATURE•
*TITLE:
*PLEASE LIST OTHER COMMENTS BELOW:
*Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding.
Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding
these bid documents.
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 23 of 23
•
evict
ARKANSAS
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
INVITATION TO BID
BID # 06-62
Fire Department Protective Equipment
BID #: 06-62
DATE ISSUED: Wednesday, October 11, 2006
DATE & TIME OF OPENING: October 19, 2006 at 2:00 PM
BUYER: Andrea Foren, Room 306 - (479) 575-8220
F.O.B. Fayetteville, AR
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page l of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Table of Contents
SECTION
PAGE NUMBER
Section 1 — Advertisement
3
Section 2 — Terms
and Conditions
4
Section 3 — General Specifications
6
Section 4 — Coat Specifications
10
Section 5 — Pant
Specifications
13
Section 6 — Helmet Specifications
15
Section 7 — Glove Specifications
18
Section 8 — Protective Hood Specifications
19
Section 9 — Structural Firefighting Boot Specifications
20
Section 10 — Bid Pricing and Signatures
21
Section 11 — Statement of No Bid
(only if applicable)
23
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 2 of 23
City of Fayetteville
Bid 06-62, Fire Department Personal Protective Gear
Section 1: Advertisement
Advertisement Date: Wednesday, October 11, 2006
Newspaper: Northwest Arkansas Times / Democrat Gazette
City of Fayetteville, Arkansas is hereby soliciting bids to purchase protective equipment for the City of
Fayetteville Fire Department. Sealed bids will be received by the Office of the City of Fayetteville Purchasing
Division until 2:00 pm, local time, October 19th, 2006. Bids will be received until the exact time and at the
exact place shown below.
Bids must be submitted in accordance with the specifications which may be obtained during normal business
hours from the:
City of Fayetteville Purchasing Division
City Administration Building — Room 306
113 West Mountain
Fayetteville, AR 72701
or by downloading bid documents at www.accessfayetteville.org and clicking "Bids and Mailing Lists".
The City reserves the right to accept all or part of any specific bid(s). The City further reserves the right to reject
all or part of any specific bid, to waive any informality in the bidding and to postpone or cancel the proposed
opening date for cause or convenience.
Andrea Foren
City of Fayetteville, Buyer
479/575-8220
City of Fayetteville
Bid 06-62, Fire Department Protective Equipment
Page 3 of 23
?i 2.8.06) Clarice Pearman - Res. 196-06
From:
To:
Date:
Subject:
Attachments:
Clarice Pearman
Johnson, Tony
12.8.06 10:17 AM
Res. 196-06
196-06 Wayest Safety Inc..pdf
CC: Audit; Fell, Barbara
Chief:
Attached is a copy of the above resolution passed by City Council November 21, 2006. The mayor had been out of town
and I've finally got signatures and processed ordinances and resolutions to return. Thank you for your patience and sorry
for the inconvenience. Have a good day.
Thanks.
Clarice
Clarice Buffalohead-Pearman, CMC
City Clerk/Treasurer Division
113 West Mountain
Fayetteville, AR 72701
479-575-8309
cpearman@ci.fayetteville.ar.us
Page 1