HomeMy WebLinkAboutItem 6d. Authorize the Fire Department to purchase Self-Contained Breathing Apparatus (SCBA) Item 6d
Department: Fire
Cost Center: 8502
For Agenda of: 7/11/2023
Placement: Consent
Estimated Time: n/a
FROM: Todd Tuggle, Fire Chief
Prepared By: Nicole Vert, Administrative Analyst
SUBJECT: AUTHORIZE THE PURCHASE OF SELF-CONTAINED BREATHING
APPARATUS
RECOMMENDATION
1. Approve the purchase of Self-Contained Breathing Apparatus in the amount of
$463,557.75 from Bauer Compressors, Inc.; and
2. Authorize the Finance Director to execute and issue a Purchase Order upon approval.
POLICY CONTEXT
This action is considered a purchase of goods and in compliance with the City’s Municipal
Code Section 3.24.080, which requires Council approval for any purchase in excess of
$200,000.
Section 3.24.210 of the City’s Municipal Code allows for evaluation of life -cycle costing,
analysis of service and maintenance when determining lowest responsible bidder.
DISCUSSION
Background
Self-Contained Breathing Apparatus (SCBA) are an essential personal protective
equipment device worn to provide breathable air in an atmosphere that is immediately
dangerous to life and health. They are an integral safety component for Firefighters and
are the foundational tool that provide the greatest amount of airway protection from toxic
gas and harmful particulates resulting from the fire, allowing firefighters to conduct
rescues and suppress fire in an otherwise life-threatening environment.
The National Fire Protection Agency (NFPA), the organization responsible for setting fire
safety standards, established a 15-year lifespan for SCBA’s. The Fire Department’s
SCBA’s were purchased in 2009 and are at the end of their useful life based on the
manufacture date, necessitating replacement. Manufacturers also align their
recommended lifecycle with NFPA standards. SCBA’s require annual testing to remain in
compliance and to ensure they perform properly while in use.
Page 103 of 465
Item 6d
Bid Award
Staff advertised a Request for Quotes (RFQ) in March 2023. Bauer Compressors and LN
Curtis were the two quotes received. Bauer Compressors’ quote is $463,557.75
(Attachment A). While this is $37,586.56 over the quote LN Curtis provided (Attachment
B), staff recommends awarding the bid to Bauer Compressors due to subsequent
services costs and level of service as detailed below.
The recommended supplier of the units will perform the testing and necessary
maintenance throughout the life of the units, as well as all warranty repairs. As the units
have a 15-year lifespan, staff requested post purchase service agreements. Only Bauer
Compressors, Inc, provided a detailed scope of work (Attachments C and D), which had
a 30% lower per unit cost than the informal quote for service testing provided by LN Curtis.
Bauer provided a quote of $85 per unit for annual testing while LN Curtis quoted $110 per
unit (Attachment E) Over the life of the SCBA’s, the overall cost to purchase and annually
service the equipment through Bauer is expected to be similar to the quote provided by
LN Curtis. Staff is will establish a service agreement with the recommended supplier to
ensure annual servicing and testing of the SCBA units.
Staff also evaluated the responsiveness and reliability of the vendors. Bauer
Compressors have already proven to be quicker to respond and provide more clarity in
requested information. Additionally, Bauer Compressors currently services the Fire
Department’s air compressor used to re-fill SCBA air bottles and staff have received
exceptional service and responsiveness. Furthermore, Bauer is the chosen vendor for
several local agencies, including Paso Robles Fire and Emergency Services, Five Cities
Fire Authority and Cal Fire/San Luis Obispo County Fire. Staff consulted with these
agencies, and they concurred with the satisfaction of Bauer’s service and pricing.
Public Engagement
This item is on the agenda for the July 11, 2023, City Council meeting and will follow all
the required posting and notification. Public comment on the item can be provided to the
City Council through written correspondence prior to the meeting and through public
testimony at the meeting.
ENVIRONMENTAL REVIEW
The California Environmental Quality Act does not apply to recommended actions in this
report, because the actions do not constitute a “Project” unde r the CEQA Guidelines Sec.
15378.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2023-24
Funding Identified: Yes
Page 104 of 465
Item 6d
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund $2500.00 $ $2,500.00
State
Federal
Fees
Other: Public
Safety
Equipment
Replacement
Fund
$600,436.70 $463,557.75 $136,878.95 $0
Total $602,936.70 $463,557.75 $136,878.95 $2,500
The Public Safety Equipment Replacement Fund was established in 2019 to ensure
funding is planned and available for replacement of equipment. SCBA’s are a scheduled
equipment item in this fund due to the defined and extended lifespan and the critical
nature of replacement for the health and safety of the firefighters. The original amount
budgeted for the purchase was $320,000. Due to unexpected inflation the eventual cost
was much higher. During the 2023-2025 budget planning the Fire Department requested
and was granted an increased contribution to the fund, ensuring the health of the fund for
continued scheduled purchases The Fire Department’s operating budget under the
General Fund includes annual testing and servicing, which will be an ongoing expense
associated with this purchase.
ALTERNATIVES
1. Council could choose to deny purchase of SCBA’s. Staff does not recommend
this as the current SCBA’s are at their end of useful life , not having current units could
be life-threatening and may prevent firefighters from conducting rescues and taking
offensive strategies to extinguish fires.
2. Council could deny bid award to the recommended supplier and award the bid
to the alternative supplier. Staff does not recommend as Bauer Compressors has
proven to the be the more reliable vendor and lifetime costs of the SCBA’s will even
out the purchase cost disparity.
ATTACHMENTS
A - Bauer Compressors Quote
B - LN Curtis Quote
C - SLO FD Scope of Work
D - SLO FD Cover Letter
E - LN Curtis post purchase service
Page 105 of 465
Page 106 of 465
Solicitation 2303-002
Notice Requesting Quotes for Self-Contained Breathing
Apparatus (SCBA)
Bid Designation: Public
City of San Luis Obispo
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 1
Page 107 of 465
Bid 2303-002
Notice Requesting Quotes for Self-Contained Breathing Apparatus (SCBA)
Bid Number 2303-002
Bid Title Notice Requesting Quotes for Self-Contained Breathing Apparatus (SCBA)
Bid Start Date Mar 6, 2023 3:11:18 PM PST
Bid End Date Mar 31, 2023 2:00:00 PM PDT
Question &
Answer End Date Mar 24, 2023 2:00:00 PM PDT
Bid Contact Daniel Clancy
dclancy@slocity.org
Contract Duration One Time Purchase
Contract Renewal Not Applicable
Prices Good for 30 days
Bid Comments Notice Requesting Quotes for Self-Contained Breathing Apparatus (SCBA)
All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be
required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-
web/Contractor/register/Login.xhtml ).
All proposals must be received via BidSync by the Department of Finance at or before March 31, 2023, when they
will be opened publicly in the City Hall Conference Hearing Room, 990 Palm Street, San Luis Obispo, CA 93401.
The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy,
please submit it in a sealed envelope to the Department of Finance, City of San Luis Obipso, 990 Palm Street, San
Luis Obispo, CA, 93401.
Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com
. Please contact Dan Clancy at dclancy@slocity.org ; or Nicole Vert at nvert@slocity with any questions.
For technical help with BidSync please contact BidSync tech support at 800-990-9339.
Item Response Form
Item 2303-002--01-01 - Notice Requesting Quotes for Self-Contained Breathing Apparatus (SCBA)
Quantity 1 each
Unit Price
Delivery Location City of San Luis Obispo
Fire Department - Station 1
2160 Santa Barbara St.
San Luis Obispo CA 93401
Qty 1
Description
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 2
$463,557.75
Page 108 of 465
See attached bid
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 3
Page 109 of 465
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities.
Telecommunications Device for the Deaf (805) 781-7410.
Notice Requesting Quotes for Self-Contained Breathing Apparatus (SCBA)
All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be
required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-
web/Contractor/register/Login.xhtml).
All proposals must be received via BidSync by the Department of Finance at or before March 31, 2023,
when they will be opened publicly in the City Hall Conference Hearing Room, 990 Palm Street, San Luis
Obispo, CA 93401.
The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper
copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obipso, 990
Palm Street, San Luis Obispo, CA, 93401.
Project packages and additional information may be obtained at the City’s BidSync website at
www.BidSync.com. Please contact Dan Clancy at dclancy@slocity.org; or Nicole Vert at nvert@slocity
with any questions.
For technical help with BidSync please contact BidSync tech support at 800-990-9339.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 4
Page 110 of 465
TABLE OF CONTENTS
A. INTRODUCTION ......................................................................................................................................... 1
B. PRODUCT SPECIFICATIONS ………………………………………………………………………………………………………………….2
E. GENERAL TERMS AND CONDITIONS ......................................................................................................... 1
F. SPECIAL TERMS AND CONDITIONS .................................................... ERROR! BOOKMARK NOT DEFINED.
G. FORM OF AGREEMENT ........................................................................................................................... 12
H. INSURANCE REQUIREMENTS ............................................................ ERROR! BOOKMARK NOT DEFINED.
I. PROPOSAL SUBMITTAL FORMS .................................................................................................................. 8
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 5
Page 111 of 465
-1-
A. INTRODUCTION
The City of San Luis Obispo Fire Department is requesting quotes from qualified vendors to provide MSA
brand Self-Contained Breathing Apparatus with related parts.
B. PRODUCT SPECIFICATIONS
Quantity Product number Description
44
A-
G1FS443MD2C4LAR
MSA G1 Adj Swiveling Lumbar Pad with trans fill hose speaker module left
chest and pouch right side
90 10175708
G1 45-minute low profile cylinder with air, quick connect and remote
connection
58 10156459 G1 Facepiece size medium
4 10156460 G1 Facepiece size Large
4 10158385 G1 Smart Battery Charger Station Kit
15 10148741-SP Rechargeable Battery Pack
1 805078 Ultra-Elite Quick Check Valve Assembly
2 10207542 MSA Rescue air 4500psi new rectus fitting, less cylinder
55 10083875 Tag assembly
1 10158407 RFID Tag writer/reader, G1
1 10186214 RFID Reader,
20 10144231-SP Filter Adapter Assembly G1 Facepiece
9 10149700-SP 4500/5500 Quick connect Coupling
9
96-347-1SS-MSAQC-
CW Copper Washer
9 1/4M16FHG82 Adapter for Fill Station
E. GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall
meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue
of its proposal submittal, the bidder acknowledges agreement with and acceptance of all
provisions of the RFP specifications.
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the
specifications and accompanied by any other required submittals or supplemental materials.
Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit
electronic please send your bid copy in a sealed envelope to the Department of Finance, City of
San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 6
Page 112 of 465
-2-
opening, the proposal should be clearly labeled with the proposal title, project number, name of
bidder, and date and time of proposal opening. No FAX submittals will be accepted.
3. Insurance Certificate. Each proposal must include a certificate of insurance showing:
a. The insurance carrier and its A.M. Best rating.
b. Scope of coverage and limits.
c. Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance
coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are
not required until contract award. The City’s insurance requirements are detailed in Section E.
4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities
indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces
provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The
Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount
stated by any bidder for any item are not in agreement, the unit price alone will be considered as
representing the bidder’s intention and the proposal total will be corrected to conform to the
specified unit price.
5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior
to the time specified for the proposal opening, by submitting a written request to the Director of
Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened.
No proposal received after the time specified or at any place other than that stated in the “Notice
Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared
publicly. Bidders or their representatives are invited to be present at the opening of the
proposals.
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to
make or file, or to be interested as the primary submitter in more than one proposal, except an
alternative proposal when specifically requested; however, an individual or business entity that
has submitted a sub-proposal to a bidder submitting a proposal, or who has quoted prices on
materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from
quoting prices to other bidders submitting proposals.
7. Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged but will
be permitted. However, any such oral communication shall not be binding on the City.
CONTRACT AWARD AND EXECUTION
8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of
60 days for examination and comparison. The City also reserves the right to waive non-substantial
irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a
proposal and accept the other, except to the extent that proposals are qualified by specific
limitations. See the “special terms and conditions” in Section C of these specifications for
proposal evaluation and contract award criteria.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 7
Page 113 of 465
-3-
9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will provide,
in a timely manner, all information that the City deems necessary to make such a decision.
10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written
contract with the City within ten (10) calendar days after notice of the award. The contract shall
be made in the form adopted by the City and incorporated in these specifications.
CONTRACT PERFORMANCE
11. The City’s contract terms and conditions that [Contractor/Contractor] will be expected to execute
and be bound by are attached hereto as Exhibit A
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 8
Page 114 of 465
-4-
SPECIAL TERMS AND CONDITIONS
1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms
and Conditions) of these specifications, the contract will be awarded to the lowest responsible,
responsive proposer.
2. Sales Tax Reimbursement.
For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues.
Therefore, for bids from retail firms located in the City at the time of proposal closing for which
sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the
proposal by the City in calculating and determining the lowest responsible, responsive proposer.
3. Labor Actions.
In the event that the successful proposer is experiencing a labor action at the time of contract
award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves
the right to declare said proposer is no longer the lowest responsible, responsive proposer and to
accept the next acceptable low proposal from a proposer that is not experiencing a labor action,
and to declare it to be the lowest responsible, responsive proposer.
4. Failure to Accept Contract.
The following will occur if the proposer to whom the award is made (Contractor) fails to enter into
the contract: the award will be annulled; any bid security will be forfeited in accordance with the
special terms and conditions if a proposer's bond or security is required; and an award may be
made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if
it were the party to whom the first award was made.
6. Supplemental Purchases
Supplemental Purchases. Supplemental purchases may be made from the successful propos er
during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For
these supplemental purchases, the proposer shall not offer prices to the City in excess of the
amounts offered to other similar customers for the same item. If the proposer is willing to offer
the City a standard discount on all supplemental purchases from its generally prevailing or
published price structure during the contract term, this offer and the amount of discount on a
percentage basis should be provided with the proposal submittal.
7 Contractor Invoices.
The Contractor may deliver either a monthly invoice to the City with attached copies of detail
invoices as supporting detail, or in one lump-sum upon completion.
9 Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail
Proposal Submittal Form, as well as any supplemental items, from other Contractors during the
contract term.
10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog
numbers used in the specifications are for the purpose of describing and establishing general
quality levels. Such references are not intended to be restrictive. Proposals will be considered for
any brand that meets or exceeds the quality of the specifications given for any item. In the event
an alternate brand name is proposed, supplemental documentation shall be provided
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 9
Page 115 of 465
-5-
demonstrating that the alternate brand name meets or exceeds the requirements specified
herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer,
and the City shall be the sole judge in making this determination.
11. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and
conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis
Obispo by the successful proposer and received by the City within 90 days after authorization to
proceed by the City.
12. Start and Completion of Work. Work on this project shall begin immediately after contract
execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated
with City by mutual agreement.
13. Change in Work. The City reserves the right to change quantities of any item after contract award.
If the total quantity of any changed item varies by 25% or less, there shall be no change in the
agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of
25% shall be subject to negotiation with the Contractor.
14. Submittal of References. Each proposer shall submit a statement of qualifications and references
on the form provided in the RFP package.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 10
Page 116 of 465
-6-
1. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for
proposal review and contract award:
a. Issue Request for Quote 3/6/2023
b. Receive proposals 3/23/2023
c. Complete proposal evaluations 3/31/2023
d. Execute contract by 4/7/2023
2. Ownership of Materials. All original drawings, plan documents and other materials prepared by
or in possession of the Contractor as part of the work or services under these specifications shall
become the permanent property of the City and shall be delivered to the City upon demand.
3. Release of Reports and Information. Any reports, information, data, or other material given to,
prepared by or assembled by the Contractor as part of the work or services under these
specifications shall be the property of the City and shall not be made available to any individual
or organization by the Contractor without the prior written approval of the City.
4. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what the Contractor is required to furnish in
limited quantities as part of the work or services under these specifications, the Contractor shall
provide such additional copies as are requested, and City shall compensate the Contractor for the
costs of duplicating of such copies at the Contractor's direct expense.
5. Required Deliverable Products. The Contractor will be required to provide:
a. One electronic submission - digital-ready original .pdf of all final documents. If you wish
to file a paper copy, please submit in sealed envelope to the address provided in the RFP.
b. Corresponding computer files compatible with the following programs whenever possible
unless otherwise directed by the project manager:
Word Processing: MS Word
Spreadsheets: MS Excel
Desktop Publishing: InDesign
Virtual Models: Sketch Up
Digital Maps: Geodatabase shape files in
State Plan Coordinate System as
specified by City GIS staff
c. City staff will review any documents or materials provided by the Contractor and, where
necessary, the Contractor will be required to respond to staff comments and make such
changes as deemed appropriate.
ALTERNATIVE PROPOSALS
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 11
Page 117 of 465
-7-
6. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it
believes will also meet the City's project objectives but in a different way. In this case, the
proposer must provide an analysis of the advantages and disadvantages of each of the alternative
and discuss under what circumstances the City would prefer one alternative to the other(s).
7. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at up to [number] public meetings to present and discuss
its findings and recommendations. Contractor shall attend as many "working" meetings with staff
as necessary in performing work-scope tasks.
8. Accuracy of Specifications. The specifications for this project are believed by the City to be
accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are
cautioned to undertake an independent analysis of any test results in the specifications, as City
does not guaranty the accuracy of its interpretation of test results contained in the specifications
package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall
bear sole responsibility for proposal preparation errors resulting from any misstatements or
omissions in the plans and specifications that could easily have been ascertained by examining
either the project site or accurate test data in the City's possession. Alt hough the effect of
ambiguities or defects in the plans and specifications will be as determined by law, any patent
ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure
to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An
ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming
reasonable skill, ability and diligence on its part, knew or should have known of the existence o f
the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in
writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any
right to assert said defects or ambiguities subsequent to submittal of the proposal.
To the extent that these specifications constitute performance specifications, the City shall not be
liable for costs incurred by the successful bidder to achieve the project’s objective or standard
beyond the amounts provided there for in the proposal.
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged
ambiguity or defect in the plans and/or specifications, or any other matter whatsoever,
Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors
shall continue to perform, irrespective of whether or not the ambiguity or defect is major,
material, minor or trivial, and irrespective of whether or not a change order, time extension, or
additional compensation has been granted by City. Failure to provide the hereinbefore described
written notice within one (1) working day of contractor's becoming aware of the facts giving rise
to the dispute shall constitute a waiver of the right to assert the causative role of the defect or
ambiguity in the plans or specifications concerning the dispute.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 12
Page 118 of 465
-8-
SECTION I: PROPOSAL SUBMITTAL FORM - SAMPLE
The undersigned declares that she or he has carefully examined [__________] which is hereby made a
part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing
firm; and agrees to perform the specified work for the following cost quoted in full:
BID ITEM:
Total Base Price
Sales tax []
Other
TOTAL $
Delivery of equipment to the City to be within _______ calendar days after contract execution and written
authorization to proceed.
q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________.
Firm Name and Address
Contact Phone
Signature of Authorized Representative
Date
E NOTES ON THIS SAMPLE FORM
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 13
90-120
Bauer Compressors Inc
267 E. Airway Blvd
Livermore, CA 94551
Keith Hodak 714-287-0609
3/28/23
General Liability & Umbrella = A+
Auto & Workers Comp = A
2303-002
$426,260.00
8.75%$37,297.75
$0.00
463,557.75
Page 119 of 465
-9-
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under the
present business name: .
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the
services included with the scope of the specifications. Attach additional pages if required. The City reserves
the right to contact each of the references listed for additional information regarding your firm's
qualifications.
Reference No. 1:
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Reference No. 2:
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 14
36 years
Los Angeles County Fire Department
Mike Loput
714-595-3005 Michael.Loput@fire.lacounty.gov
12605 Osborne St
Pacoima, CA 91331
Bauer worked with LACOFD for 4 years evaluating the MSA G1 SCBA. LACOFD ultimately selected MSA as their SCBA of choice and designed a specificaiton around the MSA G1 product. Bauer assisted LACOFD with Fit Testing, Raido pairingand in-service product tr aining. LACOFD went live with the MSA G1 product on March 6, 2023.
Total opportunity value $27,178,283.00
Glendale Fire Department
Tyler Richardson
818-548-4028 trichardson@glendaleca.gov
4410 New York Ave
Glendale, CA 91214
Bauer worked with Glendale FD for 3 years to replace their DraegerSCBA equipment with MSA G1. We provided SCBA equipment fortheir evaluation. MSA G1 won the field evaluation over Scott and Draeger. We provided department wide training to the end users, as well as set up tech training for the department. In addition, we assisted Glendale FD with inventory of all new equipment into theMSA Firegrid asset manangement system. Product has been in for 1 year. Total opportunity value: $1,248,874.51
Page 120 of 465
-10-
Reference No. 3
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 15
Corona Fire Department
John Flatebo
951-566-7409 john.flatebo@coronaca.gov
735 Public Safety Way
Corona, CA 92880
Bauer was able to convert Corona FD from Scott SCBA to the MSAG1 SCBA in 2022. We provided demo equipment for departmentwide SCBA evaluation in early 2022. Demonstrated SCBA teardown for technicians on ease of repair. The MSA G1 SCBA won the evaluation. Bauer provided in service training to the entire department, assisted with inventory of all equipment into MSA Firegrid software. SCBA's have been in service for 2 months.
Total opportunity value: $1,215,000
Page 121 of 465
-11-
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it,
has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state,
or local government project because of the violation of law, a safety regulation, or for any other reason,
including but not limited to financial difficulties, project delays, or disputes regarding work or product
quality, and if so to explain the circumstances.
◼ Do you have any disqualification as described in the above paragraph to declare?
Yes q No q
◼ If yes, explain the circumstances.
Executed on at _______________________________________ under penalty of
perjury of the laws of the State of California, that the foregoing is true and correct.
______________________________________
Signature of Authorized Proposer Representative
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 16
3/28/23 Anaheim, CA
Page 122 of 465
-12-
EXHIBIT A : FORM OF AGREEMENT
CITY OF SAN LUIS OBISPO
AGREEMENT FOR PURCHASES OF SERVICES
The City will issue a purchase order for the winning bid under the terms in Exhibit B.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 17
Page 123 of 465
-13-
EXHIBIT A [CONTRACTOR’S QUOTE/PROPOSAL]
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 18
Page 124 of 465
-14-
EXHIBIT B
GENERAL TERMS AND CONDITIONS
1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business
license & tax certificate before execution of the contract. Additional information regarding the
City’s business tax program may be obtained by calling (805) 781-7134.
2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with all federal, state, county, city, and special district laws,
ordinances, and regulations.
3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever the Contractor’s operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish,
erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the public
and employees.
8. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured or
damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s
expense. The facilities shall be replaced or restored to a condition as good as when the Contractor
began work.
9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 19
Page 125 of 465
-15-
subcontractors engaged for the performance of this work that only persons authorized to work in the
United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall
be employed in the performance of the work hereunder.
10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not
engage in, nor permit such subcontractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to
federal government restrictions arising out of defense or war programs, then the time of completion
may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the
Contractor. In the event that there is insufficient time to grant such extensions prior to the completion
date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that
may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to
the reasons for such delay, and making a finding as to the causes of same.
12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor
(Net 30).
13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the requirements
and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the
City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its
obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any payment
to Contractor.
15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall
not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree
with the performance of the work hereunder. The Contractor further covenants that, in the
performance of this work, no subcontractor or person having such an interest shall be employed. The
Contractor certifies that no one who has or will have any financial interest in performing this work is an
officer or employee of the City. It is hereby expressly agreed that, in the performance of the work
hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or
employee of the City.
16. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: To the fullest extent permitted by
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 20
Page 126 of 465
-16-
law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Contractor shall
indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers,
and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities,
obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation
(“claims”), arising out of the Contractor’s performance or Contractor’s failure to perform its obligations
under this Agreement or out of the operations conducted by Contractor, including the City’s active or
passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct
of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a
defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of
defense, including reasonable legal fees, incurred in defense of such claims.
(b) Non-design, construction Professional Services: To the extent the Scope of Services involve a
“construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in
place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil
Code Sections 2782 and 2782.8), Contractor shall indemnify, defend, and hold harmless the City, and its
elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any
and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable
legal counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance or
Contractor’s failure to perform its obligations under this Agreement or out of the operations conducted
by Contractor, except for such loss or damage arising from the active negligence, sole negligence or
willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit,
or other adversarial proceeding arising from Contractor’s performance of this Agreement, the
Contractor shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City
Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims.
(c) Design Professional Services: In the event Contractor is a “design professional”, and the Scope of
Services require Contractor to provide “design professional services” as those phrases are used in Civil
Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent
permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8)
Contractor shall indemnify, defend and hold harmless the City and its elected officials, officers,
employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries,
losses, and expenses including costs, attorney fees, expert Contractor and expert witness fees arising
out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Contractor,
except to the extent caused by the sole negligence, active negligence or willful misconduct of the City.
Negligence, recklessness or willful misconduct of any subcontractor employed by Contractor shall be
conclusively deemed to be the negligence, recklessness or willful misconduct of Contractor unless
adequately corrected by Contractor. In the event the City Indemnitees are made a party to any action,
lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the
Contractor shall provide a defense to the City Indemnitees or at the City’s
option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in
defense of such claims. In no event shall the cost to defend charged to Contractor
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 21
Page 127 of 465
-17-
under this paragraph exceed Contractor’s proportionate percentage of fault. However, notwithstanding the
previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to
bankruptcy or dissolution of the business, Contractor shall meet and confer with other parties regarding
unpaid defense costs.
(d) The review, acceptance or approval of the Contractor’s work or work product by any indemnified
party shall not affect, relieve or reduce the Contractor’s indemnification or defense obligations. This
Section survives completion of the services or the termination of this contract. The provisions of this
Section are not limited by and do not affect the provisions of this contract relating to insurance.
17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination for Convenience. The City may terminate all or part of this Agreement for any or
no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this
Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products,
a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom
products, the less of a reasonable price for the raw materials, components work in progress and any
finished units on hand or the price per unit reflected on this Agreement. For termination of any services
pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services
rendered prior to termination, or the price for the services reflected on this Agreement. Upon
termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the
City’s directions as to work in progress and finished goods.
19. Termination. If, during the term of the contract, the City determines that the Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify the Contractor in
writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day
notice of time thereafter in which to perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified in the
notice, such shall constitute a breach of the contract and the City may terminate the contract immediately
by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties,
obligations, responsibilities, or rights under the contract except, however, any and all obligations of the
Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any
manner waived by the terminations thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed from the
beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus
any offset from such payment representing the City’s damages from such breach. “Reasonable value”
includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or
completed by the Contractor as may be set forth in
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 22
Page 128 of 465
-18-
the Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in-
progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of
the project, as may be determined in the City’s sole discretion, so as to permit a full and complete
accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the
compensation quoted in its proposal.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 23
Page 129 of 465
-19-
EXHIBIT C
INSURANCE
Without limiting Contractor’s indemnification of City, and prior to commencement of work, Contractor
shall obtain, provide, and maintain at its own expense during the term of this Agreement, policies of
insurance of the types and amounts described below and in a form that is satisfactory to City.
General liability insurance. Contractor shall maintain commercial general liability insurance with
coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less
than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal
injury, and property damage. The policy must include contractual liability that has not been
amended. Any endorsement restricting standard ISO “insured contract” language will not be
accepted.
Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad
as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all
activities of the Contractor arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non-owned, or rented vehicles, in an
amount not less than $1,000,000 combined single limit for each accident.
Umbrella or excess liability insurance. [If required to meet higher limits]. Contractor may
obtain and maintain an umbrella liability insurance policy with limits that will provide bodily
injury, personal injury, and property damage liability coverage, including commercial
general liability, automobile liability, and employer’s liability. Such policy or policies shall
include the following terms and conditions:
• A drop-down feature requiring the policy to respond if any primary insurance that would
otherwise have applied proves to be uncollectible in whole or in part for any reason, o ther
than bankruptcy or insolvency of said primary insurer;
• “Pay on behalf of” wording as opposed to “reimbursement”;
• Concurrency of effective dates with primary policies.
Excess insurance. Should Contractor obtain and maintain an excess liability policy, such policy shall be
excess over commercial general liability, automobile liability, and employer’s liability policies. Such policy
or policies shall include wording that the excess liability policy follows the terms and conditions of the
underlying policies.
Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation
Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least
$1,000,000). Contractor shall submit to City, along with the certificate of insurance, a Waiver of
Subrogation endorsement in favor of City, its officers, agents, employees, and volunteers
Notice of cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to
provide the City with a thirty (30) day notice of cancellation (except for nonpayment for
which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage.
If any of the Contractor’s insurers are unwilling to provide such notice, then Contractor shall have the
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 24
Page 130 of 465
-20-
responsibility of notifying the City immediately in the event of Contractor’s failure to renew any
of the required insurance coverages or insurer’s cancellation or non-renewal.
Additional insured status. General liability, automobile liability, and umbrella/excess liability
insurance policies shall provide or be endorsed to provide that City and its officers, officials,
employees, agents, and volunteers shall be additional insureds under such policies.
Prohibition of undisclosed coverage limitations. None of the coverages required herein
shall comply with these requirements if they include any limiting endorsement of any
kind that has not been first submitted to City and approved of in writing.
Separation of insureds. A severability of interests provision must apply for all additional
insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the insurer’s limits of liability. The
policy(ies) shall not contain any cross-liability exclusions.
Pass through clause. Contractor agrees to ensure that its subconsultants, subcontractors, and
any other party who is brought onto or involved in the project/service by Contractor (hereinafter
collectively “subcontractor”), provide the same minimum insurance coverage and endorsements required
of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility
for ensuring that such coverage is provided in conformity with the requirements of this section. However,
in the event Contractor’s subcontractor cannot comply with this requirement, which proof must be
submitted to the City, Contractor shall be required to ensure that its subcontractor provide and maintain
insurance coverage and endorsements sufficient to the specific risk of exposure involved with
subcontractor’s scope of work and services, with limits less than required of the Contractor, but in all
other terms consistent with the Contractor’s requirements under this agreement. This provision does not
relieve the Contractor of its
contractual obligations under the agreement and/or limit its liability to the amount of insurance
coverage provided by its subcontractors. This provision is intended solely to provide Contractor
with the ability to utilize a subcontractor who may be otherwise qualified to perform the work or services
but may not carry the same insurance limits as required of the Contractor under this
agreement given the limited scope of work or services provided by th e subcontractor. Contractor
agrees that upon request, all agreements with subcontractors, and others engaged in the
project, will be submitted to City for review.
City’s right to revise specifications. The City reserves the right at any time during
the term of the contract to change the amounts and types of insurance required by giving the
Contractor ninety (90) days advance written notice of such change. If such change results in
substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s
compensation.
Self-insured retentions. Any self-insured retentions must be declared to and approved by
City. City reserves the right to require that self-insured retentions be eliminated,
lowered, or replaced by a deductible, or require proof of ability to pay losses and related
investigations, claim administration, and defense expenses within the retention through
confirmation from the underwriter.
Timely notice of claims. Contractor shall give City prompt and timely notice of claims made
or suits instituted that arise out of or result from Contractor’s performance under this Agreement,
and that involve or may involve coverage under any of the required liability policies.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 25
Page 131 of 465
-21-
Additional insurance. Contractor shall also procure and maintain, at its own cost and expense,
any additional kinds of insurance, which in its own judgment may be necessary for its proper
protection and prosecution of the Work.
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 26
Page 132 of 465
Question and Answers for Bid #2303-002 - Notice Requesting Quotes for Self-Contained
Breathing Apparatus (SCBA)
Overall Bid Questions
There are no questions associated with this bid.
Question Deadline: Mar 24, 2023 2:00:00 PM PDT
Bid 2303-002City of San Luis Obispo
3/6/2023 4:12 PM p. 27
Page 133 of 465
Page 134 of 465
Page 135 of 465
Page 136 of 465
Page 137 of 465
Page 138 of 465
Page 139 of 465
Page 140 of 465
Page 141 of 465
Page 142 of 465
Page 143 of 465
Page 144 of 465
Page 145 of 465
Page 146 of 465
Page 147 of 465
Page 148 of 465
Page 149 of 465
Page 150 of 465
Page 151 of 465
Page 152 of 465
Page 153 of 465
Page 154 of 465
Page 155 of 465
Page 156 of 465
Page 157 of 465
Page 158 of 465
Page 159 of 465
Page 160 of 465
Page 161 of 465
Page 162 of 465
Page 163 of 465
Page 164 of 465
BAUER COMPRESSORS Inc. | 1328 Azalea Garden Road | Norfolk, VA 23502 | U.S.A. | A member of BAUER GROUP
Bid 2303-002 Self Contained Breathing Apparatus
Scope of Work
The following shall be performed by Bauer Compressors, Inc at no additional charge
except as otherwise noted.
1.0 FIT TESTING
Bauer Compressors shall perform initial fit testing for San Luis Obispo FD at Fire Station #
1 located at 2160 Santa Barbara Avenue, San Luis Obispo, CA 93401. BCI will perform 3
days of fit testing for A, B, & C shifts, and will offer one make up fit testing day that will be
mutually agreed upon between Bauer and SLO FD.
2.0 EQUIPMENT DATE OF MANUFACTURE
All SCBA harness shall be built in accordance with the specification. Equipment shall be
delivered to SLO FD directly from MSA. All SCBA cylinders shall have a manufacture date
no older than three months after receipt of order confirmation from MSA.
3.0 ON SITE ORDER INVENTORY
Bauer will have a team on site to assist with unpacking and uploading equipment inventory
into the MSA Firegrid Asset Management System.
4.0 BLUETOOTH RADIO RFID TAG WRITING
Bauer will write all radio information to an RFID Tag to facilitate radio to SCBA pairing.
Each radio has a unique I.D. that will be written to the RFID Tag utilizing the MSA A2
Software.
5.0 INSTALLATION OF MSA QUICK CONNECTS ON BAUER COMPRESSOR
SYSTEM
Your current Bauer Compressor is equipped with CGA-347 adapters. The new MSA G1
SCBA will be supplied with a quick connect handwheel. We will remove all CGA-347
adapters and install new MSA QC Adapters.
6.0 IN-SERVICE TRAINING
We will offer three (3) days of in-service training to SLO FD. This can be achieved via a
train-the-trainer session, or we can facilitate three separate days of department-wide
training to capture each shift. We are open to negotiating what arrangement which works
best for SLO FD.
Page 165 of 465
7.0 WARRANTY REPAIRS / TROUBLESHOOTING
All service technicians responsible for performing any service-related work or annual flow
testing for SLO FD shall be Bauer Compressor employees. Our hourly service rate is
$150 per hour.
7.1 SLO FD will not be charged for parts or labor to repair an SCBA that is covered under
a warranty claim by the MSA Issues Resolution Group.
7.2 If an SCBA is marked out of service and requires a service technician to assess a non-
warranty issue, the following charges will be applied: Cost of parts utilized, and labor time
to repair the SCBA in 15-minute increments of $37.50.
8.0 FIRST YEAR ANNUAL FLOW TESTING
Bauer Compressors will provide the first year of annual flow testing at no charge. Our
normal rate for annual flow testing is $85.00 per Complete SCBA plus a $200 travel fee
when the department is more than 100 miles from our Livermore or Anaheim offices. Flow
testing will take place at the SLO FD Station # 1. Flow testing will be completed in 1-2
days. Test sheets shall be provided to SLO FD.
Page 166 of 465
BAUER COMPRESSORS Inc. | 1328 Azalea Garden Road | Norfolk, VA 23502 | U.S.A. | A member of BAUER GROUP
Date: 5/11/23
San Luis Obispo Fire Department
Battalion Chief Ray Hais
2160 Santa Barbara Street
San Luis Obispo, CA 93401
Chief Hais,
I would like to thank you for the opportunity to introduce myself and Bauer Compressors, Inc. My name is
Keith Hodak, I’m the Southern California Regional Sales Manager. I have been employed with Bauer for 26
years. We have two office locations in California, Livermore & Anaheim.
We are most widely known for our high-pressure breathing air compressor systems. However, in California
we represent other products lines.
• MSA SCBA, TIC, Gas Detection, Cairns Fire Helmet
• Fire Dex PPE, Boots, Gloves, & Hoods
• Swift Water Rescue Equipment
• Public Safety Diving Equipment
We believe less is more when it comes to our product offering. This philosophy has allowed us to become
product experts on all the equipment we provide. I believe honesty and exceptional customer service are
critical values we bring to our customers.
We are staffed with 6 Sales Representatives across the state, 10 service technicians between the Northern &
Southern CA offices. It should be noted that all (6) Sales Representatives are not just trained as sales staff,
we’re all MSA C.A.R.E. Certified to perform annual flow testing, troubleshooting, and warranty repairs on
the MSA G1 SCBA.
Bauer has been an authorized MSA Channel Partner since 2006. Since the inception of the MSA G1 SCBA
in 2014, Bauer has been the exclusive provider to 95% of the fire departments in San Luis Obispo County.
We have enjoyed a 30-year working relationship with SLO FD. In 2020 we replaced a 25-year-old Bauer
Compressor at Station # 1 with a new Bauer UN4S Compressor system.
Our TEAM Concept approach sets us apart from our competition. We don’t have individual defined sales
territories; we all work as one unit to ensure we provide the best possible customer support. When your
department requires SCBA repairs, in-service training, or assistance implementing new SCBA, our team
members will be there to support your department.
We’ve earned the trust of many departments in California to provide MSA G1 SCBA equipment.
Alameda County FD Fresno County FD Kings County FD
Los Angeles County FD Santa Barbara County FD Ventura County FD
San Bernardino County FD Los Angeles City FD Glendale FD
Paso Robles FD Five Cities FD Rancho Cucamonga FD
Berkley FD Redlands FD Coronado FD
Atascadero FD Cambria FD Morro Bay FD
Page 167 of 465
We will be happy to provide you with a full listing of departments we have sold & serviced the MSA G1
SCBA upon your request.
I would like to thank you for the opportunity to introduce Bauer Compressors. We look forward to
continuing a great working relationship with San Luis Obispo Fire Department.
Sincerely,
Keith Hodak
Regional Sales Manager
Bauer Compressors, Inc
Page 168 of 465
1
Vert, Nicole
From:Randy Royal <rroyal@lncurtis.com>
Sent:Thursday, April 13, 2023 12:56 PM
To:Vert, Nicole
Cc:Polkow, Matthew; Hais, Ray
Subject:RE: SCBA post purchase
This message is from an External Source. Use caution when deciding to open attachments, click links, or respond.
Good afternoon Nicole,
Below are the answers to your questions regarding the Post purchase of your SCBA’s. Thank you for reaching out.
What is the estimated delivery timeline after order? Lead time is currently about 60 days
Will the equipment be ordered new for SLOFD to our specs? Yes all equipment will be new per your
requested spec.
Please provide an estimated cost of first year flow charge testing. $110 per unit including testing the
mask.
Will you perform an initial fit test with our personnel? Yes, FIT testing will be included free on set up.
Write all RFID Tags for our radios to work with the Bluetooth communications? Yes, there will need to
be some programing doe to your current radios. Instructions will be sent to your radio tech.
Will you be on site to assist with unpacking and uploading items the MSA FireGrid Asset Management
program? Yes we will have a team on site to assist with he set up
Perform in service training on the use of units? We will provide in service training for your
department.
Handle all warranty related repairs in house? We can handle all in house repairs through our local
service technician.
Randy Royal
Sales Professional
m: 831.535.9541
rroyal@lncurtis.com
From: Vert, Nicole <nvert@slocity.org>
Sent: Wednesday, April 12, 2023 10:20 AM
To: Randy Royal <rroyal@lncurtis.com>
Page 169 of 465
2
Cc: Polkow, Matthew <mpolkow@slocity.org>; Hais, Ray <rhais@slocity.org>
Subject: SCBA post purchase
Hi Randy,
As we discuss the SCBA purchase we have a few questions prior to ordering.
What is the estimated delivery timeline after order?
Will the equipment be ordered new for SLOFD to our specs?
Please provide an estimated cost of first year flow charge testing.
Will you perform an initial fit test with our personnel?
Write all RFID Tags for our radios to work with the Bluetooth communications?
Will you be on site to assist with unpacking and uploading items the MSA FireGrid Asset Management
program?
Perform in service training on the use of units?
Handle all warranty related repairs in house?
We are happy to meet in person if you would like to discus further.
Thank you,
Nicole Vert
pronouns she/her/hers
Administrative Analyst
Fire Department
2160 Santa Barbara Avenue, San Luis Obispo, CA 93401-5240
E nvert@slocity.org
T 805.781.7136
slocity.org
Stay connected with the City by signing up for e-notifications
Page 170 of 465