Loading...
HomeMy WebLinkAboutContract # : C17-0798 - UNITED FIRE EQUIPMENT COMPANY - Execution Date: 9/12/2017 C17-0798 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND UNITED FIRE EQUIPMENT COMPANY ,! THIS LINKING AGREEMENT (this "Agreement") is entered into as of this l Z day of CePia 2017,between the City of Glendale,an Arizona municipal corporation(the"City"),and United Fire Equipment Company, an Arizona corporation authorized to do business in Arizona ("Contractor"), collectively, the"Parties." RECITALS A. On June 19,2017,under the S.A.V.E. Cooperative Purchasing Agreement,the City of Tempe entered into a contract with Contractor to purchase the goods and services described in the Self-Contained Breathing Apparatus Purchasing Agreement) ("Cooperative Purchasing Agreement"),which is attached hereto as Exhibit A. The Cooperative Purchasing Agreement permits its cooperative use by other governmental agencies including the City. B. Section 2-149 of the City's Procurement Code permits the Materials Manager to procure goods and services by participating with other governmental units in cooperative purchasing agreements when the best interests of the City would be served. C. Section 2-149 also provides that the Materials Manager may enter into such cooperative agreements without meeting the formal or informal solicitation and bid requirements of Glendale City Code Sections 2-145 and 2-146. D. The City desires to contract with Contractor for supplies or services identical, or nearly identical, to the supplies or services Contractor is providing other units of government under the Cooperative Purchasing Agreement. Contractor consents to the City's utilization of the Cooperative Purchasing Agreement as the basis of this Agreement, and Contractor desires to enter into this Agreement to provide the supplies and services set forth in this Agreement. AGREEMENT NOW,THEREFORE,in consideration of the foregoing recitals,which are incorporated by reference, and the covenants and promises contained in this Linking Agreement,the parties agree as follows: 1. Term of Agreement. The City is purchasing supplies and/or services from Contractor pursuant to the Cooperative Purchasing Agreement. According to the Cooperative Purchasing Agreement, purchases can be made by governmental entities from the date of award,which was June 19, 2017, until the date the contract expires on June 18, 2018,unless the term of the Cooperative Purchasing Agreement is extended by the mutual agreement of the original contracting parties. The initial period of this Agreement, therefore,is the period from the Effective Date of this Agreement until June 18, 2018. The City may give the Contractor notice of its intent to renew this Agreement 30 days prior to the anniversary of the Effective Date to effectuate such renewal. 10/4/16 2. Scope of Work;Terms, Conditions, and Specifications. A. Contractor shall provide City the supplies and/or services identified in the Scope of Work attached as Exhibit B. B. Contractor agrees to comply with all the terms, conditions and specifications of the Cooperative Purchasing Agreement. Such terms, conditions and specifications are specifically incorporated into and are an enforceable part of this Agreement. 3. Compensation. A. City shall pay Contractor compensation at the same rate and on the same schedule as provided in the Cooperative Purchasing Agreement, which is attached hereto as Exhibit C. B. The total purchase price for the supplies and/or services purchased under this Agreement shall not exceed one million, three hundred thirty-nine thousand, seven hundred seventy dollars and eighty-two cents ($1,339,770.82) for the entire term of the Agreement (initial term plus any renewals). 4. Cancellation. This Agreement may be cancelled pursuant to A.R.S. § 38-511. 5. Non-discrimination. Contractor must not discriminate against any employee or applicant for employment on the basis of race, color,religion,sex,national origin,age,marital status,sexual orientation, gender identity or expression, genetic characteristics, familial status, U.S. military veteran status or any disability. Contractor will require any Sub-contractor to be bound to the same requirements as stated within this section. Contractor, and on behalf of any subcontractors,warrants compliance with this section. 6. Insurance Certificate. A certificate of insurance applying to this Agreement must be provided to the City prior to the Effective Date. 7. E-verify. Contractor complies with A.R.S. § 23-214 and agrees to comply with the requirements of A.R.S. § 41-4401. 8. No Boycott of Israel. The Parties agree that they are not currently engaged in, and agree that for the duration of the Agreement they will not engage in, a boycott of Israel, as that term is defined in A.R.S. §35-393. 9. Attestation of PCI Compliance. When applicable, the Contractor will provide the City annually with a Payment Card Industry Data Security Standard (PCI DSS) attestation of compliance certificate signed by an officer of Contractor with oversight responsibility. 10. Notices. Any notices that must be provided under this Agreement shall be sent to the Parties' respective authorized representatives at the address listed below: 2 10/13/16 City of Glendale c/o Wayne Smith 6829 N. 58`"Drive Glendale,Arizona 85301 623-930-4400 and United Fire Equipment Company c/o Paul Fraser 335 N. Fourth Avenue Tucson,AZ 85705 800-362-0150 IN WITNESS WHEREOF, die parties hereto have executed this Agreement as of the date and year set forth above. "City" "Contractor" City of Glendale, an Arizona United Fire Equipment Company, municipal corporation an Arizona corporation By: / By: Kevin R. Phelps Name: aul Fraser City Manager Title: Product Manager 6.441 1 ' i1 . u.e K. Bower (SEAL) City Clerk APPROVED AS TO FORM: Michae ey City Attorney 3 10/13/16 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND UNITED FIRE EQUIPMENT COMPANY EXHIBIT A CITY OF TEMPE CONTRACT T17-046-01 SELF-CONTAINED BREATHING APPARATUS 4 10/13/16 15. Protests: Any actual or prospective Offeror who is aggrieved in conjunction with this Request for Proposal or award may protest the award to the City Procurement Office. A protest based upon alleged improprieties in this Request for Proposal that are apparent before the proposal opening shall be filed prior to the proposal due date/time. A protest concerning an award recommendation must be filed within ten (10) business days after the date of award. Up to five (5) days before award of a contract, the City Procurement Office will post award recommendations on the City Clerks web site at(http://documents.tempe.Qov/sirepub/?sort=meet date) and at the Procurement Office front counter and website for public review (www.tempe.gov/procurement). A protest shall be in writing and include the protester's name, address and phone number, identification of the solicitation or Contract being protested, a detailed statement of the legal and factual grounds of the protest, including copies of all relevant documents, and the form of relief requested. A protest is to be on the protester's company letterhead and signed by the protestor or its authorized representative. 16. Compliance of Proposal Offeror/Contractor Forms: Any documents or forms (including separate contract, maintenance agreement or training agreement intended by the Offeror to be utilized in any resulting Contract, must be submitted with proposal. Any documents inconsistent with or taking exception to the terms, conditions, specifications and/or other requirements stated within this Request for Proposal may cause the proposal to be considered as nonresponsive and rejected. No documents will be considered unless submitted with vendor's proposal Offer and approved by the City Procurement Office. 17. Definitions: For purposes of this Request for Proposal and resultant Contract,the following definitions apply: A. "City"means the municipal corporation of the City of Tempe,Arizona. B. "Code Governance" means unless otherwise specified herein, the provisions of the Tempe City Code, Chapter 26A shall apply and govern this Request for Proposal. C. "Contract" means the agreement for the procurement of goods, services, work, construction or concessions. D. "Contractor" means an Offeror responding to a Request for Proposal who has been awarded a Contract with the City. E. "Offer"means a written offer to furnish goods,services,work,materials,construction and/or concessions to the City, in conformity with the standards,specifications, delivery terms and conditions, and all other requirements established in a competitive solicitation. F. "Offeror" means a business, entity or person who submits an Offer in response to a competitive solicitation. G. "Public Record" means proposals and all other documents submitted in response to this solicitation shall become the property of the City and shall be a matter of public record available for review following the Contract award. H. ' - "Purchase Order" means a document issued by the City Procurement Office directing the Contractor to deliver goods,services,work,materials,construction and/or concessions to the City. I. "Request for Proposal"means a competitive solicitation issued by the City for the procurement of goods, services,work,materials,construction and/or concessions. 18. Responsiveness to Specifications: Performance or feature requirements which are designated as mandatory or minimums are needed in order to satisfy an identified task or performance need. A description is given for each designated feature. This description shall be used to determine if the Offeror's proposed product(s) and/or service(s)is/are capable of performing the function(s)specified in the Request for Proposal. RFP 1417-046 5 r Contract Award Notice r Tempe City Procurement Office/City of Tempe•PO Box 5002.20 East 6th Street•Tempe,AZ 85280•(480)350-8324•www.tempe.gov/procurement Contract Number: I T17-046-01 United Fire Equipment Company Contract Period: 106/19/2017 Attn:Daniel Matlick To 335 N.4th Avenue 06/18/2018 Tucson AZ 85705 Available Renewals: 14, 1-year renewals Phone: 1800-362-0150 Vendor Number: 11506 Solicitation/Contract Requirements This Contract Award Notice is issued for purchase of Self-Contained Breathing Apparatus per the terms, conditions, specifications and requirements of RFP#17-046. The contract shall remain in effect through 06/18/2018 unless extended,renewed or canceled per terms and conditions of T17-046-01. It is to be noted that any contracted vendor document(s)that conflict with the language and requirements of the City's solicitation are not acceptable and will void the contract. In addition,contracted vendor is not to begin work or make delivery of awarded items until any and all required insurance and/or performance bonds are posted with the City Procurement Office. Pricing Item Item Unit Price No. Description G1 Base SCBA 1. MSA GI SCBA,4500 PSI,45 Minute Cylinder with CGA Quick Connect,Harness with Chest $4,977.00 Strap,Double Pull Waist Straps and Seat Belt Buckle,Metal Cylinder Band,Adjustable Swiveling Lumbar Pad,Quick Connect god Stage Regulator Hose,PASS,Blue Tooth,Near Field Communication(NFC),URC,ExtendAire II,Rechargeable Battery,HUD,and Voice Amplifier Located on Left Chest Strap G1 Cylinders 1. 45-Minute 4500 PSI Cylinder,Low Profile,with Quick Connect $740.00 2. 60-Minute 4500 PSI Cylinder,with Quick Connect $911.00 3. Five Hundred(500)count of 4 Color Laser Cut Maltese Cross GFD Log,Water Proof and $1.30 Reflective,Custom Cylinder Band Decal,approximate size 1-13/16"x 8-3/4". Replaces standard 01 cylinder band decal. Final art work design to be approved by Fire Department prior to ordering. Requires camera ready artwork of Tempe Fire and Medical Maltese Cross to be _ provided for duplication purposes: (Allow up to 90 days for delivery). G1 Facepieces with 4 Point Adjustable Net Harness 1. 01 Facepiece,Small $250.00 2. GI Facepiece,Medium $250.00 3. G1 Facepiece,Large $250.00 4. G1 APR Adapter(Cartridge and Mask not included) $78.00 GI Accessories 1. GI RIT System—includes:RIT bag complete,4500 PSI,G1 Facepiece,Regulator,.6ft Quick-Fill, $3,223.75 ExtendAire II,Remote Gauge. (Cylinder not included) 2. Air Cart for Confined Space and HazMat,includes two 4500 PSI,60-minute cylinders,carrier $3,680.00 color is black. 3. Premeir Cadet Airline Respirator with 10 Minute Cylinder $999.99 Pricing Item Item Unit Price No. Description 4. TRT Confined Space 10-minute Escape Bottles(Cylinder only) $545.00 5. Quick Connect Adapter for Fill Station $344.12 6. Rechargeable Battery Pack(Spare) $215.00 7. Smart Charger for Six(6)Rechargeable Batteries(Batteries not included) $355.00 Posi3 Adaptors and Software 1. Manifold Assy,Test,GI Quick Connect $194.00 2. Manifold Assy,Test,GI Extend-Aire $121.00 3. Hose Assy, MP,Flow Test,01 $264.00 4. Software,USB Posicheck $890.00 5. APR Adapter Assy,Test 01 $78.00 GI Tool Kits and Tech Training 1. One(1)Deluxe 01 Tool Kit provided at no charge,includes basic,custom and deluxe kits. $6,000.00 2. Two(2)RFID Tag Reader/Writer included at no charge $600.00 3. Tech Training for up to four(4)included at Tempe Fire and Medical $800.00 G1 Options 1. Upgrade both Left and Right Shoulder Harnesses to Serviceable Tunnel Type with Chest Strap $80.00 2. MSA 01 SCBa Integrated TIC,5-year warranty to TIC Sensor and Germanium Lens,220 x 176 $795.00 Display, Single Button Function,Up to 5 user selected palettes-22 palettes available via MSA A2 Software 3. GI iTIC Extended Warranty to 10 years $1,000.00 4. GI Spectacle Kits $95.59 5. GI Facepiece Five(5)Point Kevlar Head Harness(for use in special circumstances to improve $103.00 face seal) 6. Hose Assembly,Airline PVC 100 Ft. for Air Cart's $245.00 7. Spare Cylinder Quick Connect Adapter $49.00 8. RFID Tags(Tags can be used for programming the 01 and to change settings for training $34.00 purposes) 9. GI ExtendAire II Pouch Extension Pull Tab,Fire Resistant,Approximate Size 1"x 3" $26.00 10. Replacement,Right Serviceable Shoulder Strap $190.00 11. Replacement,Left Serviceable Shoulder Strap $190.00 Vendor Address Change If contracted vendor has a change of address for mailing payments and/or for mailing future bid solicitations, it is the vendor's responsibility to notify the City Procurement Officer identified with this contract and to ensure all such mailing address information is kept current. At least once a year, contact the Procurement Officer identified for this contract and ensure your current address has been entered to the City Procurement Office automated system. Please note that your City of Tempe contract number is T17-046-01. This number must appear on all receivers, invoices and statements. Payment will be made on a monthly basis following receipt of a monthly itemized statement. Monthly invoices must be segregated by City departments and mailed directly to each City customer department. Invoices must be mailed to the following address:City of Tempe,Fire Medical Rescue Department,Attn:Paul Nies,P.O.Box 5002 Tempe,AZ 85280. Statements must be mailed to: City of Tempe,Attn:Accounting PO Box 5002,Tempe, iopp 85280. `4nTl / Q _1rsa Goodman,CPPD, CPPB Michael Greene,C.P.M. Procurement Officer Procurement Administrator (480)350-8533 THiS S NOT A PURCHASE E RDE .. All terms and conditions of this Award Document are per the City's Solicitation Document City of Tempe P.0.Box 5002 20 East Sixth Street Tempe,AZ 85280 1� Tempe 450-350-8324 vnvw.tempe.eov Financial Services Central Services May 25, 2017 Mr. Scott Krueger United Fire Equipment Company 335 N. 4th Avenue Tucson, AZ 85705 Subject: Best and Final Offer RFP#17-046 Self Contained Breathing Apparatus Dear Mr. Krueger. In accordance with the City procurement rules, your firm is hereby invited to submit a Best and Final Offer to RFP #17-046 Self Contained Breathing Apparatus. This is your opportunity to ensure that the best possible offer has been submitted. The Best and Final Offer should include all from the original RFP of Group 1; trade- in SCBA values; and please include/remove the following from your best and final offer: A. Include the quick connect for the cylinder B. Include the chest strap C. Remove the rescue belt option D. Include the mask and hair net style used at the final evaluations E. Ensure it is a double pull waist strap with seat belt clip F. Include a breakaway connect 2"d stage regulator as discussed at final evaluations G. Include only options associated with buddy breathing; do not include transfill H. Remove the SWAT packs pricing I. Include the NFPA 2018 compliance upgrade cost J. Include two (2)RIC bags K. Include the software and adapters needed for Posicheck. If the whole system is needed for the new GI packs and adapters/software are not available to use on current Posicheck machine, please include total cost. L. Clarify if universal connections for aircart are available/included for airline hose M. Video for training may be in town production N. Remove TFMR logo stencil in the wrap of bottles O. Include four (4) color laser cut maltese shaped TFMR logo waterproof and UV lamination labels as - discussed at final evaluations P. Add a total of 66 additional Lithium-ion batteries Q. Add a total of 11 battery charging stations • R. Remove telemetry, Bluetooth,and accountability base station option S. Add as OPTION 1 washable shoulder strap for all packs T. Add as OPTION 2 ITIC for all packs with five (5) year warranty; also provide second line on total cost for all packs with extended warranty included. U. Clarify if the pull strap for the buddy breathing pouch can be larger(it is hard to grab with gloved hand) V. Ensure that all taxes and fees associated with the purchase and delivery of the SCBAs is included in your offer Please feel free to add any additional information that will improve you initial offer. Best and Final Offers are due in the Procurement Office by Wednesday, May 31, 2017, 3:00 p.m. (Arizona Time)'. You may fax scan and email your Best and Final offer to lisa Qoodmannatempe.gov or fax it to (480) 858-7694. If you have any questions regarding the above please feel free to contact me at 480-350-8533. Thank you for participating with us on this procurement. Sincerely, Dam 'ooiman Lisa Goodman, CPPO Procurement Officer Quote- UFEQ23199 Page 1 of 4 UNITED FIRE www.unitedfire.net Life safety is serious Works 800.362.01500. 335 N. rourth Avenue, Tucson,AZ 85705 Quote UFEQ23199 Valid through July 31, 2017 Prepared For: Prepared By: City of Tempe Daniel Matlick Lisa Goodman President/CEO Phone: (480)350-83249 Phone: (520)622-3639t!x110 P.O. Box 5002 Fax: (520)882-39919 i East Sixth Street Email: danielm@ufec.com Tempe, SAZ 85280 lisa_goodman@tempe.gov - • Below is the interactive version of the quote, you can choose options and see the.quote 7----"r-3” totals. ft,.ti,is ate, For the full presentation proposal, click here to view or download the PDF version of this quote.You can sign and fax this in,or you can save time by simply electronically accepting this quote below. Line Item Detail QTY Description Unit Price Ext Price G1 Base SCBA 130 MSA GI SCBA,4500 P51,45 Minute Cylinder with CGA Quick Connect, s j $4,977.00 $647,010.00 Harness with Chest Strap,Double Pull Waist Straps and Seat Belt 1 Buckle, Metal Cylinder Band,Adjustable Swiveling Lumbar Pad,Quick _,, ) Connect 2nd Stage Regulator Hose, PASS, Blue Tooth,Near Field -- Communication`NFC],URC,ExtendAire II, Rechargeable Battery, HUD,and Voice Amplifier Located on Left Chest Strap. G1 Cylinders 130 45-Minute 4500 PSI Cylinder, Low Profile, with quick connect me 5740.00 596,200.00 1 23 60-Minute 4500 PSI Cylinder,with quick connect a 5911.00 520,953.00 23 45-Minute 4500 PSI Cylinder,Low Profile, with quick connect 5740.00 517,020.00 rtij 500 Five hundred(500)count of 4 Color Laser Cut Maltese Cross GFD 0 —0 51.30 5650.00 Logo,Water Proof&Reflective,Custom Cylinder Band Decal, approximate size 1-13/16"x 8.3/4". Replaces standard GI cylinder band decal. Final artwork design to be approved by fire department prior to ordering. Requires camera ready artwork of Tempe Fire& Medical maltese cross to be provided for duplication purposes. (Allow up to 90 days for delivery) G1 Facepieces with 4 Point Adjustable Net Harness G1 Facepiece,Small 5250.00 50.00 https://www.quotevalet.corn/concierge.aspx?Documentld=f2343 edc-640a-42fd-9605-f43... 06/05/2017 • Quote -UFEQ23199 Page 2 of 4 Jo (4 .4 GI Facepiece, Medium fa 5250.00 $50,000.00 i4 In G1 Facepiece, Large $250.00 $0.00 PC GI APR Adapter(cartridge and mask not included) $78.00 $3,900.00 61 Accessories 12 G1 RIT System.Includes: RIT Bag complete,4500 psi,G1 Facepiece, yg $3,223.75 $6,447.50 ` Regulator, 6 ft Quick-Fill,ExtendAlre 11, Remote Gauge. (Cylinder not `rI'1L/-rJ�J included) Air Cartfor Confined Space&HazMat, includes two 4500 PSI, 60 53,680.00 $11,040.00 I" minute cylinders, carrier color is black. (similar product shown) siia 16 Premeir Cadet Airline Respirator with 10 Minute Cylinder 9 5999.00 $15,984.00 1.Ilef lir TRT Confined Space 10 Minute Escape Bottles(cylinder only) $545.00 $5,450.00 6. fo Quick Connect Adapter for Fill Station 5344.12 $2,752.96 ir Rechargeable Battery Pack(Spare) Cr4, 5215.00 $14,190.00 11 Smart Charger for Six [6] Rechargeable Batteries(Batteries Not Included) $355.00 $3,905.00 Posi3 Adaptors and Software FlManifold Assy,Test, G1 Quick Connect $194.00 $194.00 Fl--- Manifold Assy,Test,GI Extend-Aire $121.00 5121.00 C Hose Assy,MP, Flow Test,GI $264.00 $264.00 'IC Software, USB Posicheck $890.00 $890.00 • J APR Adpater Assy,Test GI $78.00 $156.00 iit 611`Tool Kits &Tech Training In One(1)Deluxe G1 Tool Kit provided at No Charge,Includes basic, : $6,000.00 $0.00 custom and deluxe kits. (56,000.00 Value) l In Two(2) RFID Tag Reader/Writer included at No Charge($1,200.00 Value) $600.00 $0.00 $800.00 $0.00 https://www.quotevalet.com/concierge.aspx?Documentld=f2343ede-640a-42fd-9605-f43... 06/05/2017 • Quote - UFEQ23199 Page 3 of 4 lir Tech Training for up to four(4)included @ Tempe Fire&Medical G�®� (Class Value for four= $3,200.00) 1(1'.1 i GI OPTIONS Ir #1) Upgrade both Left&Right Shoulder Harnesses to Serviceable r $80.00 $10,400.00 Tunnel Type with Chest Strap In $2) MSA Gl SCBA Integrated TIC, 5-year Warranty on TIC Sensor and 5795.00 $0.00 I" Germanium Lens,220 x 176 Display5,- , Single Button Function Up to 5 user selected palettes-22 palettes available via i•ISA A2 Software jr— Each)=3)G3 me Extended Warranty to 10 years(51,000.00/5 Years/ 51,000.00 50.00 IC s4)GI Spectacle Kits $95.59 $0.00 ICIC #5)G1 Facepiece Five(5) Point Kevlar Head Harness(for use in $103.00 $0.00 special cirumstances to improve face seal) I" IC =6)Hose Assembly,Airline PVC 100 Ft.for Air Cart's As 6245.00 $0.00 Ir- =7)Spare Cylinder Quick Connect Adapter - $49.00 $0.00 1 #8)RFID Tags(Tags can be used for programmming the GI and to 534.00 $136.00 111-- ' change settings for training purposes). 130 - A'p9)prCl oximate ExtendAireSize1"II x 3" Pouch Extension Pull Tab, Fire Resistant, $26.00 $3,380.00 t IC #10) Replacement,Right Serviceable Shoulder Strap $190.00 $0.00 I"r- #11) Replacement, Left Serviceable Shoulder Strap 6190.00 $0.00 Update SubTotal: $911,043.46 Shipping: $0.00 3 qi 1,D43.(4 to Sales Tax: $78,349.74 (3q DD0 Total: $989,393.20 872, 0H3.4.(1 Payment Options e.6°141k X711.1 g2gns,7q Purchase(Terms) 9ti 1,i3"t - 20 $989,393.20 Q Terms — - — --------- -- --- - — - -- -- - --- --- — ---- ment full payment) Ready to Accept? Order Confirmation We reserve the right to cancel orders arising from errors, Inaccuracies, or omissions. https://www.quotevalet.eom/concierge.aspx?Documentld=f2343edc-640a-42fd-9605.f43... 06/05/2017 Quote-UFEQ23199 Page 4 of 4 0 1 agree to the terms and conditions of the above document and PDF attachment with an electronic signature below. IP Address 164.50.244.203 PO Number (Optional: Enter PO Number as your reference only.) Comments Email Ilisagoodman@tempe.gov Address Printed Name I Signature "signatures"could include:/John smith/;/js/;/js123/, etc Click to Accept I Have Questions? Not Ready To Accept? Have Questions? • Submit (Note, you will receive a copy of your message by email.) No questions posted yet. Time expressed in US Mountain Standard Time UTC-07:00 lo see more products visit www.unitedfire.net https://www.quotevalet.com/concierge.aspx?DocumentId=f2343edc-640a-42fd-9605-f43... 06/05/2017 A i RFP 17-046 ti �' Proposal Questionnaire _ E. C Specifications , D Pricing and Options , E Addendum F Affidavit of Compliance G Anti-Discrimination Policy H G1 User Manual , G1 Maintenance Schedule Manufacturer's Warranty K G1 Parts List L G1 Parts Pricing M Executive Summary N Product Advantages ®® x, lYi � Cost of Future Options P Literature Q U R . s U . ✓ U x . L Y REQUEST FOR PROPOSAL CITY OF TEMPE REQUEST FOR PROPOSAL: 17-046 RFP ISSUE DATE: 02/14/2017 4 Commodity Code(s): 012-19 PROCUREMENT DESCRIPTION: Self Contained Breathing.Apparatus PROPOSAL DUE DATE/TIME: Wednesday,March 15,2017,3:00 P.M.Local Time Late proposals will not be considered. PROPOSAL RESPONSE MUST BE DELIVERED TO CITY PROCUREMENT OFFICE. Mailing Address:P.O. Box 5002,Tempe,AZ 85280 Street Address:20 E.Sixth Street(2nd Floor),Tempe,AZ 85281 Mailing Alert: Finns should use the Street Address to ensure on-time express deliveries. The Mailing Address provided above routes through the City's internal mail distribution center and may impact delivery time. PRE-PROPOSAL CONFERENCE(if scheduled): N/A DEADLINE FOR INQUIRIES: Friday,March 3,2017,5:00 P.M..Local Time Sealed proposals must be received and in the actual possession of the City Procurement Office on or before the exact Proposal Due Date/Time indicated above. Proposal responses will be opened and each Offeror's name will be publicly read. Prices are not read and shall be kept confidential until award. Late proposals will not be considered. Proposals must be submitted by a sealed envelope/package with the Request for Proposal number, Offeror's name and address clearly indicated on the envelope/package. It is critical that the RFP number be included on the front of the envelope to ensure proper handling. Proposals must be completed in ink or typewritten and a completed proposal response returned to the City Procurement Office by the Proposal Due Date/Time indicated above. The "Vendor's Offer" (Form 201-B RFP) must be completed and signed in ink. Proposals by electronic transmission,telegraph,mailgram or facsimile will not be considered. Offerors are asked to immediately and carefully read the entire Request for Proposal and not later than ten(10) days before the Proposal Due DatefTime, address any questions or clarifications to the Procurement Officer identified below: Lisa Goodman ,CPPO E-mail Lisa-goodman@tempe.gov Phone No: (480)350-8533 • Procurement Officer Award recommendations are publicly posted to the City Procurement Office web page www.tempe.gov/procurement and at the Procurement Office reception counter. Submit one (1) original signed and completed proposal response for evaluation purposes. For this specific RFP, nine (9) additional hard copies of the proposal response and one(1)electronic.pdf copy on a flash drive are also to be submitted for evaluation purposes. A late,unsigned and/or materially incomplete proposal response will be considered nonresponsive and rejected: - The City Procurement Office is committed to fair and equal procurement opportunities for all firms wishing to do business with the City and encourages the participation of small and disadvantaged businesses. • Michael Greener Michael Greene,C.P.M. Central Services Administrator RFP#17-046 1 Vendor's Offer "Return this Section with your Response" Offeror must complete,sign and submit an original of this form to the City Procurement Office with the proposal response. An unsigned "Vendor's Offer", late proposal response, and/or a materially incomplete response will be considered nonresponsive and rejected.Offeror is to type or legibly write in ink all information required below. Company Name: United Fire Equipment Company Company Purchase Order Mailing Address: Street Address: 335 N.4th Avenue City,State,Zip: Tucson,AZ 85705 Contact Person: Scott Krueger Phone Number: (800)362-0150 E-mail Address: scottk(a�ufec.com Cell Number: (520)306-1913 Remit To Information Company Name(as it appears on invoice): United Fire Equipment Company Company Payment Remit To Address : Street Address: 335 N.4th Avenue City,State,Zip: Tucson,AZ 85705 Company Tax Information If a Tempe-based firm, provide Tempe Transaction Privilege(Sales)Tax No.: Payment Options _ Will your company accept the City's Master Card for payment? Yes _ No x Will your company accept Payment via ACH(Automated Clearing House)for payment? Yes No x THIS PROPOSAL IS OFFERED BY REQUIRED SIGNATURE OF AUTHORIZED OFFEROR(MUST SIGN IN sac) By signing this Vendor's Offer, Offeror acknowledges acceptance of all terms and conditions contained herein and that prices offered were independently developed wit ut consultation with any other Offeror or potential Offeror. Failure'to sign and return this form wi propos.. r: .n ill be considered nonresponsive and rejected. 4/3/2017 Sigfift'tlre opkinhorized Offeror Date Daniel Matlick President/CEO Print or Type Name of Authorized Individual Title of Authorized Individual Foran 201-B(RFP) RFP#17-046 2 INSTRUCTIONS TO PROPOSERS Failure to follow these instructions shall result in rejection of proposal for non-responsiveness or cancellation of any Contract awarded. 1. Preparation of Proposal: A. Proposals shall be submitted to the City of Tempt("City") in the sequence specified herein, on the forms attached hereto, including Vendor's Offer, Form 201-B(RFP). B. All proposals shall be submitted on the forms provided in this Request for Proposal, signed by an authorized signer and returned with the proposal response to the City. C. Completed and signed proposal forms for offer, acceptance and any solicitation amendments shall be signed by an authorized individual. Such proposal constitutes an irrevocable Offer to sell the good and/or service specified herein. Offeror shall submit all additional data, documentation, or information as requested by the City,signifying its intent to be bound by the terms of the Request for Proposal. D. Negligence in preparation of a proposal confers no right of withdrawal. Offeror is solely responsible for seeking clarification of any requirement and presenting accurate-information in the proposal response. The City shall not reimburse any costs for a proposal, or its submission, presentation or withdrawal, for any reason. E. Offeror shall identify each subcontractor to be utilized in the services and/or work set forth herein, in the proper form as indicated. 2. Late, Unsigned and/or Incomplete Proposal: A late, unsigned and/or materially incomplete proposal will be considered nonresponsive and rejected.. • 3. Inquiries: Questions regarding this Request for Proposal shall be directed to the City Procurement Officer identified on the cover page of this document, unless another City contact is specifically named. Inquiries shall be submitted in writing, identifying the appropriate Request for Proposal's number, page and paragraph at issue. PLEASE NOTE: Offeror must not Mace the Request for Proposal's number on the outside of an envelope containing questions: Oral responses provided by the City shall have no binding effect or legal effect. Inquiries should be submitted no later than ten (10) days before proposal due date/time. Those received within ten (10) days of the proposal due date/time shall not be considered. The City reserves the right to contact Offerors to obtain additional information for use in evaluating proposal and solicitation requirements. 4. Proposal Conference: If a proposal conference is scheduled, Offeror shall attend the conference to seek clarification of any points of confusion or requirements at issue. 5. Withdrawal of Proposal: At any time before the specified proposal due date and time,an Offeror may withdraw its proposal by way of written correspondence from the Offeror or its authorized representative. - 6. Proposal Addenda: Receipt and acceptance of a Request for Proposal Addendum shall be acknowledged by signing and returning the document either with the vendor's proposal response or by separate envelope prior to proposal due.date/time. Failure to sign and return an addendum prior to the proposal due date/time may result in the proposal being considered nonresponsive to that portion of the Request for Proposal and may result in 'rejection. • RFP#17-046 3 7. Evaluation: The City shall determine whether a proposal meets the specifications and requirements of this Request for Proposal, at its sole discretion, and reject any proposals not meeting the intent or requirements set forth therein. The City reserves the right to reject any and all proposals. 8. Payment: For a single requirement purchase, the City will make an effort to remit payment within thirty (30) calendar days from receipt and approval of acceptable products, materials and/or services and approval of correct invoice. For ongoing term Contract purchases, the City will make an effort to remit payment within thirty (30) calendar days from approval of monthly statement. 9. Discounts: Payment discounts periods shall be computed from the date of receipt of acceptable products, materials and/or services or correct invoice, whichever is later to the date payment is mailed. Discounts shall be ' taken on the full amount of the invoice, unless otherwise indicated. The City shall be entitled to receive any discounts offered by Offeror,if payment is made within the discount period. 10. Compliance with City Solicitation Requirements: Unless stated otherwise in this Request for Proposal, the City reserves the right to award by individual line item, by group of items, or as a total at the City's discretion. The City expressly reserves the right to waive any immaterial defect or informality,or reject any or all proposals, or portions thereof,or reissue this Request for Proposal. 11. Award of Contract: A proposal shall constitute a binding Offer to Contract with the City based on the terms, conditions and specifications contained in this Request for Proposal. An Offeror shall become a Contractor only upon execution of a formal Contract from the City Procurement Office ("Contract"). Unless this Request for Proposal includes separate contract document(s)or requires the Offeror to submit a contract for review,a contract shall be formed when the City Procurement Office provides a written notice of awardor a purchase order to the successful Offeror. All items and conditions of the Contract are contained herein, unless modified by an amendment approved by the City. Proposals that take exception to the terms, conditions, specifications and/or other requirements stated within this Request for Proposal may cause the vendor's Offer to be considered non- responsive and rejected. Exceptions will be evaluated on an individual basis to determine compliance with the purpose and intent of the terms and conditions stated within this solicitation. The City shall be the sole judge as to whether an exception complies with the general purpose and intent of any term, condition and/or specification set forth herein. 12. Taxes: All materials, equipment and/or products shall be proposed as F.O.B. City, prepaid. Unless specified herein,sales,use or federal excise tax shall not be included in proposal pricing. The City is exempt from payment of federal excise tax. For proposal evaluation, transaction (sales) privilege tax paid (returned) to the City is considered a pass-through cost, calculated as zero (0) expense. For information on privilege (sales) tax, please contact the City's Tax and License Office at(480)350-2955 or visit their web site at www.tempe.gov/salestax. 13. Payment by City Procurement Card: The City Procurement Office may elect to remit payment through the use of a City procurement card. Each Offeror may indicate on the Price Sheet of this Request for Proposal its ability to accept City procurement card payments. The inability to accept payment by City procurement card will not disqualify a proposal. 14. Proposal Results: Offerors may attend the scheduled proposal opening at which the name of each Offeror will be publicly read. All other information contained in the proposals shall be kept confidential until contract is awarded. After award of contract, an appointment may be made with the City Procurement Officer to review proposal documents. Formal Contract award results shall be placed on the Procurement Office web page (www.tempe.gov/procurement)and posted at the front counter of the Procurement Office at the time the Contract award is approved by the City Council. Award recommendations may also be viewed via the City Clerk's web site normally up to five (5) days prior to the scheduled City Council meeting by visiting (http://documents.tempe.gov/sirenub/web). RFP 417-046 4 It is recognized that more than one method may be used to accomplish the sought after task functionality. If Offeror has an alternate method of performing functional tasks, then Offeror shall list such method as an "alternate", and described in full detail within the Proposal. The City shall be the sole judge as to whether any alternate methodology will be accepted. • "Must", "shall", "will", "minimum", "reouired" and/or"mandatory" performance/feature statements must be met or exceeded by the Offeror. Should no Offeror be found totally responsive to all designated Request for Proposal requirements, the City at its option, may either award the Contract to the most responsive Offeror or cancel the Request for Proposal and issue another Request for Proposal for the need under revised specifications. 19. Technical Ouestionnaire: Offeror must complete the Technical Questionnaire portion of this Request for Proposal and provide any documentation required to support the answers to the Questionnaire. Questionnaire items, which are designated as mandatory, are needed to satisfy a required task or performance criteria. Items, which may be listed as desirable, are not required to be responsive to the Request for Proposal and will be relatively evaluated against other proposals in making a final award decision. If supporting documentation is required, Offeror shall provide the documentation in the sequence set forth in the Request for Proposal and ensure all technical literature and/or narrative explanations fully address the specifics of the question. Vague or disorganized responses that do not allow sufficient information for evaluation purposes may result in rejection of a Proposal. 20. Proposal Opening: Proposals shall be opened at the time and place designated on the cover page of this Request for Proposals. The name of each Offeror and the identity of the Request for Proposal for which the proposal was submitted shall be publicly read and recorded in the presence of witnesses. Proposals,modifications and all other information received in response to this Request for Proposal shall be shown only to City personnel having a legitimate interest in its evaluation. Prices shall not be read. After Contract award, the proposals and the evaluation documentation shall be open for public inspection. 21. Technical Proposal Opening: Technical proposals(as received in step one of a two-step bidding process)shall be opened at the time and place designated on the cover page of this document. The name of each Offeror and the identity of the Request for Proposal for which the proposal was submitted shall be publicly read and recorded in the presence of witnesses. Proposals,modifications and all other information received in response to this Request for Proposal shall be shown only to City personnel having a legitimate interest in the evaluation. Evaluation documentation to substantiate technical proposal selection(s)shall be open for public inspection. 22. Proposal Evaluation and Award: Award(s) shall be made to the responsible Offeror whose proposal is determined in writing to be the most advantageous to the City,taking into consideration the evaluation factors set forth in the Request for Proposal. The City shall be the sole judge as to the acceptability of the products and/or services offered. • 23. Clarifications and Negotiations with Offerors and Revisions to Proposal: Clarifications may be made with any submitting firm at any time during the evaluation phase of this procurement Clarifications are not negotiations and may be utilized by the City to ensure thorough and complete understanding of, and responsiveness to, the solicitation requirements. Negotiations may be conducted with responsible Offerors who submit proposals determined to be reasonably susceptible of being selected for award. The purpose of negotiations is to allow the City and the Offeror(s) to revise initial Offers through an exchange or series of exchanges. Should the City elect to call for final proposal revisions (best and final Offers), Offerors shall be accorded fair and equal treatment with respect to any opportunity for negotiations and revision of proposals, and such revisions may be permitted after submissions and prior to award. In conducting clarifications and- negotiations there shall be no disclosure of any information derived from proposals submitted by competing Offerors. The purposes of such negotiations shall include but not be limited to: RFP#17-046 6 A. Determine in greater detail such Offeror's qualifications; B. Explore with the Offeror the scope and nature of the project, the Offeror's proposed method of performance,and the relative utility of alternate methods of approach; C. Determine that the Offeror will make available the necessary personnel and facilities to perform within the required time;and D. Agree upon compensation which is fair and reasonable, taking into account the estimated value of the required services,and the scope,complexity and nature of such services. 24. Code Governance: Unless otherwise specified herein,the provisions of the Tempe City Code,Chapter 26A shall apply and govern this Request for Proposal. 25. Public Record:Proposals and all other documents submitted in response to this solicitation shall become the property of the City and shall be a matter of public record available for review following the Contract award. Material portions of the recommended Offer(s)as determined by the City may be posted to the City's web site up to five(5)days prior to the City Council meeting. RFP 417-046 7 STANDARD TERMS & CONDITIONS Please note that these Standard Terms& Conditions shall be fully complied with by Offeror. Failure to comply with these requirements may result in rejection of a proposal for non-responsiveness, or cancellation or termination of any awarded Contract. 1. Applicable Law: This Contract shall be governed by, and the City and Contractor shall have all remedies afforded each by the Uniform Commercial Code as adopted in the State of Arizona, except as otherwise provided in this Request for Proposal and resultant Contract, and all statutes or ordinances pertaining specifically to the City. This Contract shall be governed by State of Arizona law and suits pertaining to.this Contract may only be brought in courts located in Maricopa County,Arizona. 2. Arizona Climate Action.Compliance: Offeror shall comply with all applicable standards, laws, rules, orders and regulations issued pursuant to A.R.S. §49-101, et seq., including but not limited to, Arizona Executive Orders Nos. 2006-13 and 2005-02, with regard to reducing GHG emissions, increasing energy efficiency, conserving natural resources and developing renewable energy sources. 3. Availability of Funds for the Next Fiscal Year: The City's obligation for performance of the Contract is contingent upon the availability of City, state and federal funds that are allocated or appropriated for payment obligations of the Contract. If funds are not allocated by the City or available for the continued use or purchase of services, work and/or materials set forth herein, the City may terminate the Contract. The City will use reasonable efforts to notify Contractor of such non-allocation affecting the obligations of the Contractor and/or City. The City shall not be penalized or adversely affected for exercise of its termination rights. Further, the City shall in no way be obligated or liable for additional payments or other damages as a result of such termination. No legal liability on the part of the City for any payment may arise for performance under this Contract. 4. Certification: By signing the"Vendor's Offer",form 201-B(RFP),the Offeror certifies: A. The submission of the vendor's proposal Offer response did not involve collusion or other anti- competitive practices. B. Offeror agrees that it will comply with section 2-603(5) of the Tempe City Code ("TCC"), and will not refuse to hire or employ or bar or discharge from employment any person or discriminate against such person in compensation, conditions, or privileges of employment because of race, color, gender, gender identity, sexual orientation, religion, national origin, familial status, age, disability, or United States military veteran status. Offeror further agrees to provide a copy of its antidiscrimination policy to the City's Procurement Officer to demonstrate compliance with TCC section 2=603(5), or attest in writing to its compliance in accordance with the attached Affidavit of Compliance. C. Offeror has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted Offer. Failure to sign the "Vendor's Offer" or signing it with a false statement shall void the submitted proposal and any resulting Contract. In addition, the Offeror may be barred from future proposal and bidding participation with the City and may be subject to such further actions as permitted by law. D. The Offeror agrees to promote and offer to the City only those materials and/or services as stated and allowed by this Request for Proposal and resultant Contract award. Violation of this condition shall be grounds for Contract termination by the City. E. The Offeror expressly warrants that it has and will continue to comply in all respects with Arizona law concerning employment practices and working conditions, pursuant to A.R.S. § 23-211, et seq., and all laws, regulations, requirements and duties relating thereto. Offeror further warrants that to the extent permitted by law, it will fully indemnify the City for any and all losses arising from or relating to any violation thereof. RFP 417-046 8 • F. Contractor agrees and covenants that it will comply with any and all applicable governmental restrictions, regulations and rules of duly constituted authorities having jurisdiction insofar as the performance of the work and services pursuant to the Contract, and all applicable safety and employment laws, rules and regulations, including but not limited to, the Fair Labor Standards Act, the Walsh-Healey Act, and the Legal Arizona Workers Act (LAWA), and all amendments thereto, along with all attendant laws, rules and regulations. Contractor acknowledges that a breach of this warranty is a material breach of this Contract and Contractor is subject to penalties for violation(s) of this provision, including termination of this Contract. City retains the right to inspect the documents of any and all contractors, subcontractors and sub-subcontractors performing work and/or services relating to the Contract to ensure compliance with this warranty. Any and all costs associated with City inspection are the sole responsibility of Contractor. Contractor hereby agrees to indemnify, defend and hold City harmless for, from and against all losses and liabilities arising from any and all violations thereof. G. Contractor certifies that it is not currently engaged in, and agrees for the duration of this Contract/Agreement that it will not engage in, a boycott of Israel, as that term is defined in A.R.S. § 35- 393. 5. Commencement of Work: Contractor is cautioned not to commence any work or provide any materials or services under the Contract until and unless Contractor receives a purchase order, Notice to Proceed, or is otherwise directed in writing to do so,by the City. 6. Confidentiality of Records: The Contractor shall establish and maintain procedures and controls that are acceptable to the City for the purpose of assuring that no information contained in its records or obtained from the City or from others in carrying out its functions under the Contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the Contract. Persons requesting such information should be referred to the City. Contractor also agrees that any information pertaining to individual persons shall not be divulged other than to employees or officers of Contractor as needed for the performance of duties under the Contract,unless otherwise agreed to in writing by the City. 7. Conflict of Interest: This Contract is subject to the cancellation provisions of A.R.S. §38-511. 8. Contract Formation: This Contract shall consist of this Request for Proposal and the vendor's proposal Offer submitted, as may be found responsive and approved by the City. In the event of a conflict in language between the documents, the provisions of the City's Request for Proposal shall govern. The City's Request for Proposal shallgovern in all other matters not otherwise specified by the Contract between the parties. All previous contracts between the Offeror and the City are not applicable to this Contract or other resultant contracts. Any contracted vendor documents that conflict with the language and requirements of the City's solicitation are not acceptable and void the Contract. 9. Contract Modifications: This Request for Proposal and resultant Contact may only be modified by a written contract modification issued by the City Procurement Office and counter-signed by the Contractor. Contractors are not authorized to modify any portion of this solicitation or resulting Contract without the written approval of the City Procurement Office and issuance of an official modification notice. 10. Contracts Administration: Contractor must notify the designated Procurement Officer from the City's Procurement Office for guidance or direction of matters of Contract interpretation or problems regarding the terms, conditions or scope of this Contract. The Contract shelf contain the entire agreement between the City and the Contractor and the Contract shall prevail over any and all previous agreements, contracts, proposals, negotiations,purchase orders or master agreements in any form. RFP#17-046 9 11. Cooperative Use of Contract: Any Contract resulting from this solicitation shall be for the use of the City of Tempe. In addition, public and nonprofit agencies that have entered into a Cooperative Purchasing Agreement with the City of Tempe's Department of Procurement are eligible to participate in any subsequent Contract. Additionally, this Contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE) cooperative. See httn://www.maricopa.aov/Materials/SAVE/save-members.pdf for a listing of participating agencies.The parties agree that these lists are subject to change. Any such usage by other municipalities and government agencies must be in accord with the ordinance,charter and/or rules and regulations of the respective political.entity. Any orders placed to, or services required from, the successful Contractor(s) will be requested by eachparticipating agency. Payment for purchases made under this agreement will be the sole responsibility of each participating agency.The City shall not be responsible for any disputes arising out of transactions made by others. Contractor shall be responsible for correctly administering this Contract in accordance with all terms, conditions, requirements, and approved pricing to any eligible procurement unit. 12. Dispute Resolution: This Contract is subject to arbitration to the extent required by law. If arbitration is not required by law, the City and the Contractor agree to negotiate with each other in good faith to resolve any disputes arising out of the Contract. In the event of any legal action or proceeding arising out of this Contract,the prevailing party shall be entitled to recover its reasonable attorneys' fees and costs incurred with said fees and costs to be included in any judgment rendered. 13. Energy Efficient Products: The City may consider energy conservation factors-including costs in the evaluation of equipment and product purchases for the purpose of obtaining energy efficient products. In addition, vendor proposal Offers may specify items that have been given an energy efficient classification by the federal government for consideration by the City. 14. Billing: All invoices submitted by Contractor for the City's review and approval shall be in itemized form to identify the specific item(s) being billed. Items must be identified by the name, model number, and/or serial number most applicable. Any purchase/delivery order issued by the City shall refer to the Contract number resulting from this Request for Proposal. Separate invoices are required on individual contracts or purchase orders. Only invoices with items resulting from this Request for Proposal will be accepted for review and approval by the City. 15. Estimated Quantities: This Request for Proposal references quantities as a general indication of the City's needs. The City anticipates considerable activity resulting from Contracts that will be awarded as a result of this Request for Proposal; however,the quantities shown are estimates only and the City reserves the right to increase or decrease any quantities actually acquired, in its sole discretion. No commitment of any kind is made concerning quantities and Offeror hereby acknowledges and accepts same. 16. Events of Default and Termination: A. The occurrence of any or more of the following events shall constitute a material breach of and default under the Contract. The City reserves the right to terminate the whole or any part of the Contract due to Contractor's failure to fully comply with any term or condition herein. i) Any failure by Contractor to pay funds or furnish materials, services and/or goods that fail to conform to any requirement of this Contract or provide personnel that do not meet Contract requirements; ii) Any failure by Contractor to observe, perform or undertake any provision, covenant or condition of this Contract to be observed or performed by Contractor herein, including but not limited to failing to submit any report required herein; RFP#17-046 10 iii) Any failure to make progress in the performance required pursuant to.the Contract and/or gives the City reason to believe that Contractor cannot or will not perform to the requirements of the Contract;or, iv) Any failure of Contractor to commence construction, work or services within the time specified herein,and to diligently undertake Contractor's work to completion. B. Upon and during the continuance of an event of default,the City,at its option and in addition to any other remedies available by law or in equity, without further notice or demand of any kind to Contractor, may do the following: i) Terminate the Contract; ii) Pursue and/or reserve any and all rights for claims to damages for breach or default of the Contract; and/or, iii) Recover any and all monies due from Contractor, including but not limited to, the detriment proximately caused by Contractor's failure to perform its obligations under the Contract,or which in the ordinary course would likely result there from, including, any and all costs and expenses incurred by the City in: (a) maintaining, repairing, altering and/or preserving the premises(if any) of the Project; (b) costs incurred in selecting and retaining substitute Contractor for the purchase of services, materials and/or work from another source; and/or (c) attorneys' fees and costs in pursuing any remedies under the Contract and/or arising there from. C. The exercise of any one of the City's remedies as set forth herein shall not preclude subsequent or concurrent exercise of further or additional remedies. In addition,the City shall be entitled to terminate this Contract at any time, in its discretion. The City may terminate this Contract for default, non- performance, breach or convenience, or pursuant to A.R.S. § 38-511, or abandon any portion of the project for which services have not been fully and/or properly performed by the Contractor. D. Termination shall be commenced by delivery of written notice to Contractor by the City personally or by certified mail, return receipt requested. Upon notice of termination,Contractor shall immediately stop all work, services and/or shipment of goods hereunder and cause its suppliers and/or subcontractors to cease work pursuant to the Contract. Contractor shall not be paid for work or services performed or costs incurred after receipt of notice of termination, nor for any costs incurred that Contractor could reasonably have avoided. E. The City, in its sole discretion, may terminate or reduce the scope of this Contract if available funding is reduced for any reason. • 17. Termination for Convenience: The City at its sole discretion may terminate this Contract for convenience with thirty(30)days advance notice to Contractor. Contractor shall be reimbursed for all appropriate costs as provided for within the Contract up to the termination date specified.• 18. Force Maieure: A. Except for payment of sums due,neither party shall be liable to the other nor deemed in default under the Contract only in the event that and to the extent that such party's performance of the Contract is prevented by reason of force majeure. Force majeure means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence. Without limiting the foregoing, force majeure includes acts of God, acts of the public enemy, war, riots, mobilization, labor disputes, civil disorders, • fire, floods, lockouts, injunctions, failures or refusal to act by government authority, and other similar occurrences beyond the control of the party declaring force majeure which such party is unable to prevent by exercising reasonable diligence. RFP 417-046 I 1 B. Force majeure shall not include the following occurrences: i) Late delivery of equipment or materials caused by congestion at a manufacturer's plant or elsewhere,an oversold condition of the market,inefficiencies, or similar occurrences. ii) Late performance by a subcontractor. C. If either party is delayed at any time in the progress of the work by force majeure,then the delayed party shall notify the other party in writing of such delay within forty-eight (48) hours of the commencement thereof and shall specify the causes of such delay in the notice. Such notice shall be hand delivered or sent via certified mail and shall make a specific reference to this clause, thereby invoking its provisions. The delayed party, shall cause such delay to cease as soon as practicable and shall notify the other party in writing by hand delivery or certified mail when it has done so. The time of completion shall be extended by Contract modification for a period of time equal to the time that the results or effects of such delay prevent the delayed party from performing in accordance with the Contract. 19. Gratuities: The City may elect to terminate any resultant Contract, if it is found that gratuities in any form were offered or given by the Contractor or agent thereof, to any employee of the City or member of a City evaluation committee with a view toward securing an order, securing favorable treatment with respect to awarding, amending or making of any determinations with respect to performing such order. In event the Contract is terminated by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies,to recover or withhold from Contractor the amount of gratuity. 20. Indemnification: To the fullest extent permitted by law,the Contractor shall defend, indemnify and hold harmless the City, its agents, officer, officials, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees, court costs, and the costs of appellate proceedings), arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work, services, or professional services of the Contractor, its agents, employees, or any other person (not the.City) for whose acts, errors, mistakes, omissions, work, services, or professional services the Contractor may be legally liable in the performance of this Contract. Contractor's duty to hold harmless and indemnify the City,its agents, officers, officials and employees shall arise in connection with any claim for damage, loss or expenses that is attributable to bodily injury, sickness disease, death, or injury to, impairment, or destruction of any person or property, including loss of use resulting from, caused by any acts, errors,mistakes,omissions,work,services, or professional services in the performance of this Contract by Contractor or any employee of the Contractor or any other person (not the City) for whose acts, errors, mistakes, omissions, work, or services the Contractor may be legally liable. The amount and type of insurance coverage requirement setforth herein will in no way be construed as limiting the scope of indemnity in this paragraph. This provision shall survive the term of this Contract. 21. Interpretation of Parole Evidence: This Contract is intended as a final expression of the agreement between the parties and as a complete and exclusive statement of the Contract,unless the signing of a subsequent Contract is specifically called for in this Request for Proposal. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or acquiescence in a course of performance rendered under this Contract shall not be relevant to determine the meaning of the Contract, even though the accepting or acquiescing party has knowledge of the nature of the performance and opportunity to object. Contractor shall respond within five(5) calendar days after notice by the City of any defects and/or maintenance requests to immediately remedy the condition of the job site. Should the Contractor fail to respond promptly as set forth herein,the City shall correct the job site at the expense of the Contractor,and recover all attendant costs. 22. Kev Personnel: Contractor shall provide adequate experienced personnel, capable of and devoted to the successful accomplishment of work to be performed under this Contract during the Contract term and any renewal periods. The Contractor must agree to assign specific individuals to the key positions. RFP 417-046 12 A. The Contractor agrees that, once assigned to work under this Contract, key personnel shall not be removed or replaced without prior written notice to the City. B. If key personnel are not available for work under this Contract for a continuous period exceeding thirty (30)calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Contractor shall immediately notify the City, and shall replace each person with personnel of substantially equal ability and qualifications upon prior City approval. 23. Licenses and Permits: Contractor shall maintain in current status all federal,state and local licenses and permits required for the operation of the business conducted by the Contractor,at its sole expense. 24. No Assignment: No right or interest in this Contract shall be assigned by Contractor and no delegation of any duty of Contractor shall be made without prior written permission of the City. 25. Notices: All notices, requests, demands, consents, approvals, and other communications which may or are required to be served or given hereunder(for the purposes of this provision collectively called"Notices"),shall be in writing and shall be hand delivered or sent by registered or certified United States mail, return receipt requested,postage prepaid,addressed to the party or parties to receive such notice as follows: City of Tempe Procurement Office Attn: Procurement Officer 20 E. 6th Street(Second Floor) PO Box 5002 Tempe,Arizona 85280 [Contractor's Name] [Attn of Offeror Named in Contract]. [Address] Or to such other address as either party may from time to time furnish in writing to the other by notice hereunder. 26. No Waiver: No breach of default hereunder shall be deemed to have been waived by the City, except by written instrument to that effect signed by an authorized agent of the City. No waiver of any such breach or default shall operate as a waiver of any other succeeding or preceding breach or default or as a waiver of that breach or default after demand by the City for strict performance of this Contract. Acceptance of partial or delinquent payments or performance shall not constitute the waiver of any right,of the City. Acceptance by the City for any materials shall not bind the City to accept remaining materials, future shipments or deprive the.City of the right to return materials already accepted. Acceptance by the City of delinquent or late delivery shall not constitute a waiver of a later claim for damagesand/or bind the City for future or subsequent deliveries. 27. Overcharges by Antitrust Violations: The City maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the City. Therefore,to the extent permitted by law,the Contractor hereby assigns to the City any and all claims for such overcharges as the goods and/or services used fulfill the Contract. 28. Performance Standards: Equipment shall operate in accordance with the performance criteria specified in the Request for Proposal,including the manufacturer's published specifications applicable to the machine involved. Each machine is expected to be available for productive use, as provided in the procurement documents. Penalties and/or bonuses applicable to machine and system performance,if any,shall be calculated as specified in the Request for Proposal. 29. Preparation of Specifications by Persons Other Than City Personnel: No person preparing specifications for this Request for Proposal shall receive any direct or indirect benefit from the use of these specifications. RFP#17-046 13 30. Procurement of Recycled Materials: If the price of recycled material that conforms to specifications is within five percent(5%)of the lower priced material that is not recycled and the recycled Offeror is otherwise the lowest responsive and responsible Offeror, the proposal containing recycled material shall be considered more advantageous; provided the item(s) to be obtained contains-at least the minimum amount of recycled content material as defined in the City's solicitation and sufficient funds have been budgeted for the purchase. 31. Provisions By Law: Each and every provision of law and any clause required by law to be in this Contract will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract will forthwith be physically amended to make such insertion or correction. 32. Public Record: After award of Contract, proposal responses shall be considered public record and open for public inspection except to the extent the withholding of information is permitted or required by law. If an Offeror believes a specific section of its proposal response is confidential, the Offeror shall mark the page(s) confidential and isolate the pages marked confidential in a specific and clearly labeled section of its proposal response. The Offeror shall include a written statement as to the basis for considering the marked pages confidential and the City Procurement Office will review the material and make a determination, pursuant to A.R.S. §§ 39-121,et seq., and 41-1330, et seq. A general statement of confidentiality(boiler plate statement)that is not appropriately referenced to a specific section of the RFP will not be sufficient to warrant protection by the City. The confidential portion of the submission must be clearly noted with accompanying justification for treating the section confidential. Failureof the vendor to appropriately designate confidential information in this manner will relieve.the City of any obligation to protect this information as confidential. 33. Records: Pursuant to provisions of Title 35, Chapter 1, Article 6 Arizona Revised Statutes §§ 35-214 and 36-215, Contractor shall retain, and shall contractually require each subcontractor to retain, all books, accounts, reports, files and other records relating to the acquisition and performance of the Contract for a period of five(5) years after the completion of the Contract. All such documents shall be subject to inspection and audit at reasonable times. Upon request, a legible copy of any or all such documents shall be produced at the offices of the City Attorney or City Procurement Office. 34. Relationship of Parties: It is clearly understood that each party to this Contract will act in its individual capacity and not as an agent, employee, partner, joint venture, or associate of the other party. The Contractor is an independent contractor and shall be solely responsible for any unemployment or disability insurance payments,or any social security, income tax or other withholdings, deductions or payments that may be required by federal, state or local law with respect to any compensation paid to the Offeror. An employee or agent of one party shall not be an employee or agent of the other party for any purpose whatsoever. 35. Rights and Remedies: No provisions of this Request for Proposal or in the proposal shall be construed, expressly or by implication,as a waiver by the City of any existing or future right and/or remedy available by law in the event of any claim of default or breach of Contract. The failure of the City to insist upon strict performance of any term or condition of the Contract or to exercise or delay the exercise of any right or remedy provided in the Contract, or by law, shall not release the Contractor from any responsibilities or obligations imposed by the Contract or by law,and shall not be deemed a waiver of any right of the City to insist upon the strict performance of the Contract. - 36. Safety Standards: All items supplied on this Contract must comply with the current applicable Occupational Safety and Health Standards of the State of Arizona Industrial Commission, the National Electric Code and the National Fire Protection Association Standards. 37. Serial Numbers: Proposals shall include equipment on which the original manufacturer's serial number has not been altered in any way. The City reserves the right to reject any and all equipment. 1/4 RFP#17-046 14 • 38. Severability: The provisions of this Contract are severable to the extent that any provision or application held to be invalid shall not affect any other provision or application of the Contract which may remain in effect without the invalid provision or application. 39. Specially Designated Nationals and Blocked Persons List: Contractor represents and warrants to the City that neither Contractor nor any affiliate or representative of Contractor: A. Is listed on the Specially Designated Nationals and Blocked Persons List maintained by the Office of Foreign Asset Control, Department of the Treasury (OFAC) pursuant to Executive Order no. 13224, 66 Fed. Reg.49079("Order"); B. Is listed on any other list of terrorists or terrorist organisations maintained pursuant to the Order,the rules and regulations of OFAC or any other applicable requirements contained in any enabling legislation or other related Order(s); C. Is engaged in activities prohibited in the Order;or, D. Has been convicted, pleaded nolo contendre, indicted, arraigned or custodially detained on charges involving money laundering or predicate crimes to money laundering. 40. Time of the Essence: Time is and shall be of the essence in this Contract. If the delivery date(s)specified herein cannot be met,Contractor shall notify the City using an acknowledgment of receipt of order and intent to perform without delay, for instruction. The City reserves the right to terminate this Contract and to hold Contractor liable for any cost of cover, excess cost(s)or damage(s)incurred as a result of delay. 41. Unauthorized Firearms&Explosives: No person conducting business on City property is to carry a firearm or explosive of any type. All Offerors, Contractors and subcontractors shall honor this requirement at all times and failure to honor this requirement shall result in Contract termination and additional penalties. This requirement also applies to any and all persons, including those who maintain a concealed weapons permit. In addition to Contract termination, anyone carrying a firearm or explosive device will be subject to further legal action. 42. Warranties: Contractor expressly warrants that all materials and/or goods delivered under the Contract shall conform to the specifications of this Contract, and be merchantable and free from defects in material and workmanship,and of the quality,size and dimensions specified herein. This express warranty shall not be waived by way of acceptance or payment by the City,or otherwise. Contractor expressly warrants the following: A. All workmanship shall be finest and first-class; B. All materials and goods utilized shall be new and of the highest suitable grade for its purpose;and, C. All services will be performed in a good and workmanlike manner. Contractor's warranties shall survive inspection, acceptance and/or payment by the City, and shall run to the City, its successors, agents and assigns. The Contractor agrees to make good by replacement and/or repair, at its sole expense and at no cost to the City, any defects in materials or workmanship which may appear during the period ending on a date twelve (12) months after acceptance by the City, unless otherwise specified herein. Should Contractor fail to perform said replacement and/or repair to City's satisfaction within a reasonable period of time, City may correct or replace said defective or nonconforming materials and recover the costs thereof from Contractor. This warranty shall not operate to reduce the statute of limitation's period for breach of contract actions or otherwise, or reduce or eliminate any legal or equitable remedies. • • RFP#17-046 15 43. Work for Hire and Ownership of Deliverables: Contractor hereby agrees and covenants that all the results and proceeds of Contractor's work and/or services for the Project specified herein,for Contractor and all of its agents, • employees, officers and subcontractors, shall be owned by the City, including the copyright thereto, as work for hire. In the event, for any reason such results and proceeds are not deemed work for hire, Contractor agrees and covenants that it shall be deemed to have assigned to the City all of its right, title and interests in such results, proceeds and content to the City, without limitation. Contractor agrees to indemnify and hold the City hannless from and against all claims, liability, losses, damages and expenses, including without limitation, legal fees and costs, arising from or due to any actual.or claimed trademark, patent or copyright infringement and any litigation based thereon, with respect to any work, services and/or materials contemplated in this Contract. Contractor agrees to pay to defend any and all such actions brought against the City. Contractor's obligations hereunder shall survive acceptance by the City of all covenants herein as well as the term of the Contract.itself. 44. Non-exclusive Contract: Any Contract resulting from this Request for Proposal shall be awarded with the understanding and agreement that it is non-exclusive and entered into for the sole convenience of the City. The City reserves the right to obtain like goods or services from another source to secure cost savings or if timely delivery may be met by the Contractor 45. Ordering Process: Upon award of a Contract by the City Procurement Office,the City may procure the specific material and/or service awarded by the issuance of a purchase order to the appropriate Contractor. Each purchase order must cite the correct Contract number. Such purchase order is required for the City to order and the Contractor to deliver the material and/or service. 46. Shipping Terms: Prices shall be F.O.B. Destination to the delivery location(s) designated herein. Contractor shall retain title and control of all goods until they are delivered and the Contract of coverage has been completed. All risk of transportation and all related charges shall be the responsibility of the Contractor. The City will notify the Contractor promptly of any damaged materials and shall assist the Contractor in arranging for inspection. Shipments under reservation are prohibited.No tender of a bill of lading shall operate as a tender of the materials. 47. Delegated Awards: In the event this Contract is administratively awarded via delegated authority as provided for in Section 26A-5 of the Procurement Ordinance, the Contractor acknowledges that a final Contract with the City of Tempe requires City Council approval and possibly the signature of the Mayor. Should this Contract be rejected by the City Council, Contractor agrees that it is immediately void and unenforceable against any party. The awarded firm(s)will be compensated only for any and all costs incurred up to the date of notification of such termination. RFP#17-046 16 Special Terms and Conditions Proposals taking exception to Special Terms &Conditions stated within this Request for Proposal may cause the Proposal to be considered nonresponsive and rejected. 1. City.Procurement Document: This Request for Proposal is issued by the City. No alteration of any portion of this Request for Proposal by an Offeror is permitted and any attempt to do so shall result in vendor's proposal - Offer being considered nonresponsive, and rejected. No alteration of any portion of a resultant Contract is permitted without the written approval of the City Procurement Office and any attempt to do so shall be considered a breach of the Contract. Any such action is subject to the legal and contractual remedies available to the City inclusive of,but not limited to,Contract termination and/or suspension of the Contractor. 2. Offer Acceptance Period: To allow for an adequate evaluation,the City requires the vendor's proposal,Offer in response to this Request for Proposal to be valid and irrevocable for one hundred twenty (120) days after the proposal due time and date. 3. Contract Type: Term with justifiable price adjustments allowed, indefinite quantity. 4. Term of Contract: The term of the Contract shall commence on the date of award and shall continue for a period of one(1)year thereafter,unless terminated,canceled or extended as otherwise provided herein. 5. Contract Renewal: The City reserves the right to unilaterally extend the period of any resultant Contract for ninety(90) days beyond the stated term. In addition,the City at its option may renew for supplemental terms of up to a maximum of four(4) additional years. The period for any single renewal increment shall be determined by the City Procurement Office. Such increment shall not be for more than a period of one (1)year each,unless the City is eligible to obtain a significant cost and/or supply advantage by a longer Contract renewal period. 6. Pricing: A. Pricing accuracy and completeness are critical to the determination of an award. Offeror shall identify and price all items being proposed B. In the case of system proposals, Offeror shall identify all items which are required to make the system function in accord with stated Request for Proposal. C. If provided pricing pages donot cover all such items, the Offeror shall include an itemized listing of all required products and services in the Proposal required for all system equipment to be fully functional and in conformity with stated Request for Proposal. 7. Price Adjustment: A. The Procurement Office will review fully documented requests for price increases after the Contract has been in effect for twelve (12) months. The requested price increase must be based upon a cost increase that was clearly unpredictable at the time of the Proposal and can be shown to directly affect the price of the item concerned. The City Procurement Office will determine whether the requested price increase,or an alternative option, is in the best interest of the City. Advanced thirty (30) day written notification by Contractor is required for any price changes. All price adjustments will be effective on the first day of the month following approval or acceptance by the City Procurement Office. After the City approves a price increase the Contractor shall not be eligible to receive an additional increase until twelve (12) months from the date of the last approved price increase. B. Price increase requests must be acknowledged in writing by the City Procurement Office before becoming effective. If not acknowledged within thirty (30) days, Contractor shall contact the City Procurement Office to assure the price increase request was received. RFP#17-046 17 C. The Contractor shall offer any published price reduction or if applicable to.Contract, profit sharing price advantage to the City concurrent with its announcement to other customers. A price reduction or profit sharing price advantage may be offered at any time during the terms of an awarded Contract and shall become effective upon notice and acceptance. The City shall likewise take advantage of any special sales discounts offered to the general public, which exceed contracted price discounts extended-to the City by • the Contractor. 8. 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 the quality level,design and performance desired. Such references are not intended to limit or restrict proposal Offers by other Offerors but are intended to establish the quality, design or performance, desired by the City. Any Offer, which proposes like quality, design or performance,will be considered. 9. Warranty: Each proposal must include a complete and exclusive statement of the product warranty. Warranty offers will be relatively considered as appropriate to life cycle costing. 10. Descriptive Literature: Offeror shall provide the City with complete manufacturers' descriptive literature- regarding the materials, equipment, or products proposed to be furnished under the Contract. Literature shall be provided in sufficient detail so as to provide the City with full and fair evaluation of the proposal. Failure to include required information may result in the Offer being rejected. 11. Current Products: All Offers made in response to this Request.for Proposal shall be in current and ongoing production shall have been formally announced for general marketing purposes shall be a model or type currently functioning in user environments and shall meet or exceed all specifications and requirements set forth in this solicitation. Enhancements to established products need not necessarily comply with this clause, and will be reviewed on individual merits. 12. Product Discontinuance: The City may award Contracts for particular products and/or models of equipment as a result of this solicitation. In the event that a product or model is discontinued by the'manufacturer, the City at its sole discretion may allow the Contractor to provide a substitute for the discontinued item. The Contractor shall request permission by the City to substitute a new product or model and provide all of the following: A. A formal announcement from the manufacturer that the product or model has been discontinued; B. Documentation from the manufacturer that names the replacement product or model; C. Documentation that provides clear and convincing evidence that the replacement meets or exceeds all specifications required by the original solicitation; D. Documentation that provides clear and convincing evidence that the replacement will be compatible with all the functions or uses of the discontinued product or model; and E. Documentation confirming that the price for the replacement is the same as or less than the discontinued product or model. 13. Insurance: A. Insurance Required: Prior to commencing services under this Contract, Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries(including death)to persons and damages to property,which may arise from or in connection with the performance of the work hereunder by the Contractor,its agents,representatives,employees,subcontractors,or sub-subcontractors. For Offerors with self-insurance, proof of self-insurance with minimum limits expressed below must be submitted on proper forms for evaluation prior to award of Contract. RFP#17-046 18 A Contract Award Notice or Purchase Order will not be issued to a Vendor until receipt of all required insurance documents by the City Procurement Office with such documents meeting all requirements herein. In addition, before any Contract renewal, all required insurance must be in force and on file with the City Procurement Office. Contractor must submit required insurance within ten (10) calendar days after request by the City Procurement Office or the award may berescindedand another Vendor selected for award. B. Minimum Limits of Coverage: Without limiting any obligations or liabilities, the Contractor, at its sole expense, shall purchase and maintain the minimum insurance specified below with companies duly licensed or otherwise approved by the State of Arizona, Department of Insurance and with forms satisfactory to the City. Each insurer shall have a current A.M. Best Company, Inc., rating of not less than A-VII. Use of alternative insurers requires prior approval from the City. i. Minimum Limits of Insurance. Contractor shall maintain limits no less than: a. Commercial General Liability Commercial general liability insurance limit of not less than$1,000,000 for each occurrence,with a $2,000,000 general aggregate limit. The general aggregate limit shall apply separately to the services under this Contract or the general aggregate shall be twice the required per occurrence limit. The policy shall be primary and include coverage for bodily injury, property damage, personal injury, products, completed operations, and blanket contractual coverage, including but not limited to the liability assumed under the indemnification provisions of this Contract which coverage will be at least as broad as Insurance Service Office policy form CG0001 or its equivalent. In the event the general liability policy is written on a"claims made" basis, coverage shall extend for two (2) years past completion and acceptance of the services as evidenced by annual certificates of insurance. In addition, the retro date shall be no later than the start date of the contract. The retro date shall be disclosed on the certificate of insurance. Such policy shall contain a"severability of interests" provision. b. Worker's Compensation The Contractor shall carry worker's compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor employees engaged in the performance of services; and employer's liability insurance of not less than $100,000 for each accident, $100,000 disease for each employee and$500,000 disease policy limit In case services are subcontracted, the Contractor will require the subcontractor to provide worker's compensation and employer's liability to at least the same extent as provided by Contractor. c. Automobile Liability Commercial business automobile liability insurance with a combined single life or bodily injury and property damages of not less than $1,000,000 per accident regarding any owned, hired, and non-owned vehicles assigned to or used in performance of the Contractor services. Coverage will be at least as broad as coverage Code 1 "any auto". Insurance Service Office policy form CA000I Y87 or any replacements thereof. Such coverage shall include coverage for loading and unloading hazards. RFP#17-046 19 C. Additional Insured. The insurance coverage, except for workers compensation and professional liability coverage, required by this Contract, shall name the City, its agents, representatives, directors, officials, employees, and officers, as additional insureds, and shall specify that insurance afforded the Contractor shall be primary insurance. The additional insured wording on the commercial general liability policy will be at least as broad as Insurance Services Office policy forms CG2010 04/13 edition and CG2037 04/13 edition or their equivalent. The additional insured wording on the automobile liability policy will be at least as broad as Insurance Services Office policy form CA 20 48 or its equivalent. This provision and the naming of the city as an additional insured shall in no way be construed as giving rise to responsibility or liability of the City for applicable deductible amounts under such policy(s). D. Coverage Term. All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of the Contract is satisfactorily completed and formally accepted by the City. Failure to do so shall constitute a material breach of this Contract. E. Primary Coverage. Contractor's insurance shall be primary insurance to the City, and any insurance or self-insurance maintained by the City shall not contribute to it. F. Claim Reportina. Any failure to comply with the claim reporting provisions of the policies or any breach of a policy warranty shall not affect coverage afforded under the policy to protect the City. G. Waiver. The policies, including workers' compensation, shall contain a waiver of transfer rights of recovery(subrogation) against the City, its agents, representatives, directors, officers, and employees for any claims arising out of the work or services of the Contractor. H. Deductible/Retention. The policies may provide coverage which contain deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall be disclosed by the contractor and shall not be applicable with respect to the coverage provided to the City under such policies. Contractor shall be solely responsible for deductible and/or self-insurance retention and the City, at its option,may require Contractor to secure the payment of such deductible or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. I. Certificates of Insurance. Prior to commencing work or services under this Contract, Contractor shall furnish the City with certificates of insurance,or formal endorsements as required by the Contract, issued by the Contractor's insurer(s), as evidence that policies providing the required coverages,conditions, and limits required by this Contract are in full force and effect. Such certificates shall identify this Contract number or name and shall provide for not less than thirty (30) days advance notice of cancellation, termination,or material alteration. Such certificates shall be sent directly to: Contract Administrator,City of Tempe,P. O.Box 5002,Tempe,AZ 85280. J. Copies of Policies. The City reserves the right to request and to receive, within ten (10) working days, certified copies of any or all of the above policies and/or endorsements. The City shall not be obligated, however, to review same or to advise Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be deemed a waiver of, the City's right to insist on strict fulfillment of Contractor's obligations under this Contract. 14. Payments.- After Acceptance of Delivery: Payment in full shall be made to the Contractor within thirty (30) days after receipt and acceptance of delivery by the City,unless terms other thannet thirty (30) days are offered as a discount,at the City's sole discretion. RFP#17-046 20 Scope of Work The City of Tempe (City) is issuing this Request for Proposal (RFP) to establish a one-year term contract with renewal options for the purchase of self-contained breathing apparatus (SCBA) and associated equipment for use by the Tempe Fire Medical Rescue Department. The initial purchase will be for the following: A. Minimum of 130 high pressure (4500 psig) chemical, biological, radiological and nuclear (CBRN) approved SCBAs with cylinder and CBRN approved facepiece B. Minimum of 130 additional cylinders C. Minimum of 70 additional CBRN approved face pieces D. Minimum of 16 supplied air-line respirators with ten (10) minute escape bottles that are compatible with the SCBA mask E. Total of 23 additional high pressure H45 cylinders and 23 high pressure H60 cylinders The awarded contract shall include a ten (10) year requirement for additional SCBAs and parts, training for SCBA maintenance staff, training for SCBA users, necessary maintenance equipment, and quantitative face piece fit testing for all Tempe Fire Medical Rescue SCBA users. This is not intended as a requirement for a ten-year supply of parts. Sample SCBA During the RFP evaluation process,offerors may be asked to provide the City with a sample of the proposed SCBA which includes all of the features and options.specified. Trade-In The City is requesting the option to trade-in the SCBA described below. The trade-in apparatus will be made available for viewing by contacting Deputy Chief Andrea Glass at(480)858-7258 or andrea_glass@tempe.gov. • MSA Firehawk M7 SCBA with spare cylinder o Units are 10 years old o Quantity: 130 packs o Units are tested annually and have been maintained within NFPA compliance RFP#17.046 21 Specifications Listed below are the specifications for the SCBA. Any exceptions to the specifications must be explained in the proposal response: .. . Offer';Response . '_. Description _ Yes'. No ` rExceptions Required Specifications I. Specify the type and location of the low air warning. Type: Bell,Lights,&Alarm Lower Rear Harness(Bell),Lights(bront,Side, Location:Rear) on Harness&Control Modole 2. A heads up display (HUD) device shall be provided and installed on all SCBAs and/or face pieces. x 3. A voice amplification device shall be provided and installed on a minimum 200 face pieces and/or 130 x airpacks. 4. SCBA to be manufactured and available in the 4500 psig version. x 5. One (1) user manual set to be provided with the proposal offer. The successful offeror to provide two (2) additional sets of flash drives upon delivery of the x SCBAs. Certifications and Approvals 6. SCBAs to be of the opencircuit type, CBRN approved and to be certified jointly by the National Institute for Occupational Safety and Health (NIOSH) under Title x 42, Part 84 of the Code of Federal Regulations. 7. The SCBA and its components to be certified as compliant with all requirements of the National Fire Protection Association (NFPA) Standard 1981, Standard on Open-Circuit Self-Contained Breathing x Apparatus,most recent edition. 8. All electronic components to be certified as intrinsically safe per UL 913 for use in Classes I,II,III, x • Division I,Groups A thru G hazardous locations. 9. Contractor to upgrade at no charge to the City, all SCBA units and associated equipment to meet all requirements of the latest edition of NFPA Standard 1981 when released. If additional cost associated with x upgrade compliance of packs to future 2018 NFPA • standard,please provide amount on the Price Sheet. RFP#17-046 22 Offer Response. - p, Descri tion Yes: No Exceptions , PASS Device 10. SCBA to incorporate a fully integrated PASS device. x 11. The PASS device to be activated automatically when the cylinder is opened into a non-charged SCBA and x air from the cylinder flows to the first stage regulator. 12. When activated, the PASS device to emit an audible signal that indicates that the PASS is activated and x working. 13. The PASS device to be capable of being placed in the alarm mode either by the automatic motion sensing capability or by means of a manual button located in an x easily accessible protected position on the front of the wearer's left or right shoulder strap: 14. The PASS device alarm to be capable of being activated with the use of the manual button or without x the charging of the SCBA. 15. The PASS device to incorporate a strobe or bright LED light when the PASS is in the alarm mode. The strobe or bright LED light to be placed in an easily visible position of the integrated PASS device and the vendor x to incorporate a strobe or LED light component on the rear of the SCBA that is visible from either side of the cylinder. 16. The strobe or bright LED lights to be visible from the front and from either side of the cylinder to the rear of x the SCBA while being worn. 17. Specify the.LED light indicator system and what each of the lights represents. Manufacturer: MSA G1 Lights Represent: Green (51%=100%), Yellow(36-50%) Red (0%-35%) Per NI-PA 1981 Standards 18. The PASS device to only be capable of being deactivated if the SCBA is depressurized or with the operation of a dual action reset/disarm switch. The x PASS device to be capable of being reset from alarm mode to armed mode by the operation of the dual action switch. 19. The battery compartment for the PASS device to be easily accessible and to open with readily available x tools. RFP#17-046 23 Offei Response Description = ,` : , , Yes ;;.i.No; Exceptions Cylinders 20. Cylinders to be of the carbon wrapped type and to have the"Tempe Fire Medical Rescue"logo stenciled in the x wrap. Batteries 21. Identify the amount and type of batteries needed for the following: PASS device: Each pack requires only(1)Lithium-Ion Hamess/Backpack: rechargeable battery located on Backframe, Facepiece: supplyingpower to ALL electronics(Included) 22. If batteries are rechargeable, specify expected battery life before needing charge. Battery Life: Two-Three Months 23. Provide the cost of charging stations needed for x rechargeable batteries on Price Sheet,if applicable. 24. Provide warranty onbatteries,if applicable. Warranty: One Year Alternate Air Source System 25. Each SCBA to be provided with the capability to share air with another SCBA. x 26. A trans fill system certified and approved for use in an IDLH atmosphere, including trans fill hose, to fully x satisfy the requirements. 27. Buddy breathing system that satisfies the requirements of this section is also acceptable. 28. All connections to be easily operable by the SCBA wearer while wearing firefighting gloves. x 29. When connected by a buddy breathing system, the two SCBA wearers to be capable of walking next to each other, crawling behind the other wearer, and ascending x or descending a ladder while connected. This section does not apply to devices incorporating a trans fill system. 30. All hoses,fittings,and supplies necessary to achieve air x sharing to be provided with and mounted to each SCBA supplied. Please identify location of BuddyBreather Waist.Mounted Left Side w/Pouch and/or components. Location: Quick Fill Waist Mounted Right Side w/Pouch&Hose RFP#17-046 24 Offer Response' - Description Yes No , - - Exceptions Harness and Backpack System • 31. The backpack system to be of a lightweight design with built in carrying handles capable of carrying the weight x of the SCBA unit on the wearer's hips. 32. Specify the material of harnesses/straps; Specify if chest straps are available. Material: High Temp PolymerIKevlar Chest Straps Available: Yes 33. The harness system to be designed to be comfortably worn by men and women. Shoulder straps to incorporate parachute style buckles. The waist strap to be of the double pull type with Rescue Belt option(if available). X If Rescue Belt is available, please identify if there is an additional cost for the option on the Price Sheet. Facepiece 34. Facepieces to be available in multiple sizes to accommodate men and women. X 35. Awarded Contractor to quantitatively fit test every member of the Tempe Fire Medical Rescue Department that regularly utilizes an SCBA in the X course of his or her work. 36. A nose cup to be provided and installed in each facepiece with the availability to custom fit each x member. 37. A quick donning fire resistant fabric facepiece harness to be provided. X 38. All facepieces to include a CBRN approved APR adaptor. X 39. The facepiece to be capable of accepting and accommodating spectacles within the facepiece without x interfering with the sealing capability of the facepiece. 40. The facepiece to provide the maximum amount of vision and comfort for the wearer. X RFP#17-046 25 Training for SCBA Users Training shall be provided at a location approved by the Tempe Fire Medical Rescue Department for all members that will wear an SCBA. Training will consist of three (3) consecutive days where all personnel are rotated through to receive proper methods for use and care of SCBA. A training video shall be provided by the Contractor utilizing Tempe Fire Medical Rescue Department personnel. It shall be produced by the Contractor and shall detail daily inspection,donning/doffing, cleaning,operational use and emergency procedures of the SCBA. All production and other associated costs shall be the responsibility of the SCBA manufacturer. The video shall be for use by the Tempe Fire Medical Rescue Department only and is not be used as advertisement or endorsement by the Contractor. Training for SCBA Maintenance Staff All certifications, maintenance and repair training required to service and maintain the SCBAs shall be provided at no cost to the City. Training shall be provided for up to four(4)Tempe Fire Medical Rescue Department personnel. The manufacturer's suggested maintenance schedule shall be included in the proposal response, including the model numbers of parts to be replaced. One(1)complete set of specialized equipment, including a Posi Check, adaptors,and software that is necessary for SCBA maintenance shall be provided by the successfully vendor. Adaptors for a quantitative fit testing apparatus shall be provided by the Contractor. A price listing of all parts used in the SCBA shall be provided with the proposal response. Warranty Provide the manufacturer's warranty for the all SCBA components including electronics, cylinders, and facepiece in your proposal response. RFP 417-046 26 Proposal Questionnaire Please respond to the questions listed below in an orderly manner. The responses will be used in the evaluation process. 1. What is your delivery time after receipt of order? 120 days, upon approval of manufacturer's reproduced artwork from Tempe FD 2. Please list three references to which you have provided similar equipment, local references are preferred. Company Contact Telephone Goodyear Fire Department Ron King (6231932-2300 Fry Fire Department Jim Engols (520)378-3667 Kingman Fire Department Keith Eaton (928)753-2891 3. Please state your warranties and guarantees for the products that you are offering. Please see Warranty Section. 4. Does your firm have sufficient inventory for this contract? Please explain and identify the location of where the inventory is stored. What is the standard lead time for parts in inventory? 3-10 days 5. Please identify who the account representative will be and availability of the rep. Scott Krueger (520-306-1913) 6. If an SCBA needs repair at your facility,what is the standard turnaround time? 3-10 days 7. Will your firm provide the training specified on page 26. Yes x No 8. Provide your manufacturer suggested maintenance schedule with your response. • • 9. Provide one(1)complete set of specialized equipment, including a Posi check,adaptors, and software. 10. Provide a listing of all parts used in the SCBA,including initial pricing. 11. Include current status, anticipated production dates and costs on any future features or options that will comply with future 2018 NFPA Standards. RFP#17-046 27 Proposal Checklist for Submittals x One signed and complete original of the proposal response,including"Vendor's Proposal Offer"(Form 201-B). x Nine(9)hard copies of your proposal response and one(1)electronic.pdf copy on a flash drive are included. x Proposal Questionnaire has been completed and included. x Specification pages 22-25 are completed and included. . x Price Information completed and included. x Any addendum(s)have been signed and are included.. N/A If company has 14 or less employees include a signed and completed Affidavit of Compliance with Tempe City Code Chapter 2 Article VIII Section 2-603(5)(form attached). x If company has 15 or more employees include a copy of its anti-discrimination policy. x One(1)complete sample SCBA is to be included with proposal response(unless Tempe Fire Medical Rescue Department currently possesses the RFP proposal sample). (Pack supplied contains options,available at additional costs) x One(1)user manual set is included. x Maintenance schedule is included. x Manufacturer's warranty for all SCBA components is included. RFP#17-046 28 Evaluation Criteria I -Away&Criteria r „' Weight X ^Rating _ _ . " Poin4° 1. Pricing 30 X = 2. Conformity to desired specifications 20 X = 3. SCBA Committee Performance Testing and Technical 30 X _ Evaluation(ease of maintenance and repairs) 4. Customer service,support,references,availability of replacement 15 X = parts 5. Quality and completeness of proposal;acceptance of City's terms 5 X _ and conditions;delivery time Total = This proposal will be evaluated on a cumulative point system using the rating scale shown below(fractional points may be selected within this range). Scoring Outstanding . 10 9 Good 8 7 6 Average 5 4 3 Poor 2 1 Not Addressed or Unacceptable 0 To evaluate the cost portion of the above criteria, the City may elect to evaluate each firm on a percentage basis of the lowest cost Offer. The formula would be: (Lowest Priced Offer/Evaluated Firm's Price) X Points Possible=Evaluation Points. RFP 417-046 29 Pricing Section (Revised 03/22/2017) "Return this Section with your Response" All Pricing shall be F.O.B.Destination. ITEM DESCRIPTION OF`REQUIRED MATERIAL,SERVICE QTY UNIT UNIT EXTENDED NO. OR CONSTRUCTION - PRICE PRICE Group 1—SCBA Fire Medical Rescue 1. CBRN approved SCBA with cylinder 130 Each $4,765.00 $619,450.00 MSAA-GIFS442MA2C2LAR/MSA10175708(45 min Cylinder)/TFDLOGOICOLOR Manufacturer/Model# 2. Additional cylinders 130 Each' $ 795.00 $103,350.00 MSA10175708/TFDLOG01 COLOR(45 min) Manufacturer/Model# (includes Quick-connect fitting) 3. CBRN facepieces 200 Each $ 328.00 $65,600.00 MSA10161810(Med.)/MSA10144231-SP(APR Adapter) Manufacturer/Model# 4. Airline respirators 16 Each $999.00 $ 15,984:00 MSAAPCG20DA1G0(wl 10 min cylinder) Manufacturer/Model# 5. High pressure H45 cylinders 23 Each $ 795.00 $ 18,285.00 MSA10175708/TFDLOGO1 COLOR(45 min) Manufacturer/Model# 6. 23 high pressure H60 cylinders 23 Each $ 966.00 $ 22,218.00 MSA1015710/TFDLOGO1 COLOR(80 min) Manufacturer/Model# (Includes Quick-connect fitting) 8. Aircarts for Confined Space&Ha2mat 3 Each $ 3,790.00 $ 11,370.00 Airgas AIRA56MP-4R(3 total)/MSA1015710(6 total)/TFDLOGO1COLOR(6 total) Manufacturer/Model#Aircart r 6o min Cyl 9. TRT Confined Space Escape Bottles 16 Each $ 545.00 $ 8,720.00 MSA10061367-SP(10 min cylinder) Manufacturer/Model# Trade-In SCBA 1. Trade-in value for MSA Firehawk M7 SCBA with spare 130 Each $ 300.00 $ 39,000.00 cylinder Options: 1. Upgrade compliance of SCBA's to future 2018 NFPA $ 0 Standard 2. Charging Stations for batteries(if applicable) $ 355.00 MSA10058385 Manufacturer/Model# Pricing Section (Revised 03/22/2017) "Return this Section with your Response" • ITEM DESCRIPTION OF REQUIRED MATERIAL,SERVICE QTY UNIT UNIT EXTENDED NO. OR CONSTRUCTION PRICE PRICE 3. Rescue Belts $ 860.00 MSA10173101 MSA Rescue Belt II,with 50'rope,Lightning GT Hock Manufacturer/Model it (available only as a complete kit) 4. Complete set of specialized equipment, including a Posi $ 9,995.00 check,adapters and software that is necessary for SCBA maintenance Provide a price listing of all parts used in the SCBA Group 2—Optional SCBA for Tempe Police SWAT 1. SCBA,as specified 25 Each $ 5,140.00 $ 128,500.00 MSAA-G1 FS442MA2C2lAR/MSA10175708(Cylinder)!UFEBLACKOUTKIT Manufacturer/Model# MSA10161810(Faceplece)I MSA10144231-SP(APR Adapter) *Applicable Tax 8.01 % • * State correct jurisdiction to receive sales tax on the Vendor's Offer,Form 201-B (RFP) included in this Request for Proposal. Less prompt payments discount terms of 0 % 30 days/or net thirty(30)days. (To apply after receipt and acceptance of an itemized monthly statement.) For evaluation purposes, the City cannot utilize pricing discounts based upon payments being made in less than thirty(30)days from receipt of statement. Ordering and Invoice Instructions In order to facilitate internal control and accounting, each City Department will order and must be invoiced separately. Monthly invoices must be segregated by City Department number and mailed or delivered directly to the City Customer Department. For most materials,there will be between three(3)and six(6) ordering departments. At the time an order is placed, the Contractor must obtain the ordering department's cost center numbers for billing purposes. The use of the department's cost center numbers will be in addition to the purchase order number. Once a month,the Contractor shall submit a consolidated statement which shall itemize the invoice numbers, invoice date, invoice amounts, and the total amount billed to Accounting. Discount offering will be based upon days from receipt of the consolidated monthly statement. Invoice(s)shall not show previous balances. Invoices shall include: 1. Listing Of All Delivery/Pickup Receipt Numbers Being Invoiced. 2. Total Cost Per Item. 3. Applicable Tax. 4. Payment Terms. 5. Blanket Purchase Order Number. • Pricing Section (Revised 03/22/2017) "Return this Section with your Response" Invoices that do not follow the above minimum invoicing requirements will not be paid. Payment must be applied to only invoices referenced on check/payment stub. The City reserves the right to bill contracted vendor for researching invoices that have been paid,but not properly applied by vendor account receivables office. Statement mailing address: City of Tempe Accounting(see below for your contact) P.O.Box 5002 Tempe,Arizona 85280 Phone: 480-350-8355 Accounting Contacts: Kimberly Leamy Letters A—H.and Numbers Ramona Zapien Letters I—Z Alex Chin General AP Inquiries and AP Checks • Pricing 'Options Section Page 31A ITEM- ADDITION or UNIT WENIDED H '-N0 -DEDUCTION :,DESCRIPTION' - 'PIN UTY .U.of M PRICE; PRICE ' Remove one color TFMR Logo TFDLOGO1 ' 0-1 DEDUCTION stenciled in the wrap(p.24#20) COLOR 312 EACH -58.00 -$17,160.00 Add 4-color TFMR Logo TFDLOGO4 0-2 ADDITION stenciled in the wrap(p.24#20) COLOR 312 EACH 95.00 $29,640.00 Add four color laser cut maltese cross shaped TFMR Logo waterproof and UV lamination DLP4CPCM 0-3 ADDITION labels(p.24#20) riviPMR 1000 EACH 0.65 $650.00 Remove standard harness M5A101539 0-4 DEDUCTION chest strap 35-SP 130 EACH -15.00 41,950.00 ADDITION or MSA101467 0-5 DEDUCTION Lithium-ion Batteries 41-SP 1 EACH 215.00 $215.00 Alkaline Battery Pack(batteries MSA101467 0-6 ADDITION not included) 40-SP 1 EACH 215.00 $215.00 MSAAGIFS Add CBRN Approved SCBA 442MA2C5L with TFD Logo Cylinder and AR) Trans Fill Connection, includes, 08 7101757 Hose and Pouch System, (p. TFDLOGO1 0-7 ADD ON 30#1) COLOR 130 EACH 5269.00 $684,970.00 Add quick-connect to regulator M5A101599 0-8 ADDITION hose 01-SP 130 EACH 267.00 $34,710.00 ADDITION or 3'Quick-fill hose and pouch MSA101164 0-9 DEDUCTION system, 2 1 EACH 473.00 $473.00 Remove CERN approved APR MSA101442 0-10 DEDUCTION adapter(p.25#38) 31-SP 200 EACH -78.00 -$15,600.00 PASS Telemertry, Right Shoulder,when ordered with MSAG1TEL 0-11 ADDITION packs M 130 EACH 380.00 $49,400.00 Add bluetooth ready Mono M5A101602 0-12 ADDITION Altair 5X PIDof 1 EACH 2059.00 $2,059.00 Accountability System base MSA100722 0-13 ADDITION station 40 1 EACH 1335.00 $1,335.00 MSA G1 Integrated Thermal Imaging Camera, NFPA 1981 Approved,with 5 year warranty 0-14 ADDITION (1982,2013 Editions) MSAFITIC 1 EACH 795.00 $795.00 G1 iTIC Extended Warranty 0-15 ADDITION (from 5 years to 10 years) MSAITICW5 1 EACH 1000.00 $1,000.00 0-16 ADDITION 100'Airline hose MSA484225 1 EACH 245.00 $245.00 rev.4.3.17 I N. Pricing Options Section: Page 3113 ITEM ADDITION or UNIT . EXTENEDED - NO, DEDUCTIONS DESCRIPTION. ' PIN ` 'QTY- U at M PRICE. PRICE Trade-In SCBA(p.30 Trade-In #1):All trade-in prices are based on the fire department description provided.The final value will be determined at the time of receipt and inspection by.United Fire of the actual Items reeieved.To recieve full value, all 0-14 SUBSTITUTION equipment must Include all standard components in working condition. Cylinders must be able to pass a hydrostatic test; mask lenses must not have deep scratches or cracks; amplifiers must operate; HUD devices must function. Prices are based upon the following individual costs: MSA 4.5 M7 FireHawk CBRN PTC,2007 Spec SCBA,fire- rated; USED, Less Cylinder 130 EACH 200.00 $26,000.00 MSA UltaElite Face Mask- Push2Con,CBRN, Medium Size-USED 130 EACH 15.00 $1,950.00 MSA SCBA M7 HUD Receiver- USED 130 EACH 15.00 $1,950.00 MSA 30/4500-06 Stealth Carbon Fiber Cylinder, No Valve-USED 260 EACH 30.00 $7,800.00 MSA Cylinder Valve 4.5, USED 260 EACH 5.00 $1,300.00 "TRADE-In Value: $39,000.00 "Resale-No Tax rev.4.3.17 • Addendum to Solicitation rir Tem e City Procurement Office/City of Tempe•PO Box 5002.20 East 6th Street•Tempe,AZ 85280•(480)350.8324•www,temoe.nov/oroeurement Issue Date: 103/17/2017 This addendum will modify and/or clarify: Solicitation No.: I 17-046 and is Addendum No. 12 Procurement Description: I Self-Contained Breathing Apparatus Changes should be made as follows: The Proposal Due Date/time is Wednesday,April 5,2017,3:00 P.M.Arizona Time. Questions received in response to this RFP: 1, Reference: Page 21,A and B:Page 24. Item 20:Page 30(Pricing Section),Items 1 and 2 A duration is not specified for the cylinder that is included with the.SCBA, nor is it specified for the additiorial cylinders. Since there is a separate requirement for 23 45-minute cylinders with 23 60-minute cylinders, it appears that the 130 cylinders installed with the SCBA and the 130 additional cylinders are 30-minute cylinders. Please confirm. This is an error. The 130 cylinders installed and additional should be the-45-minute cylinders. Please keep the 23 60-minute cylinders and remove the additional 23 45-minute cylinders. 2. Reference: Page 22,Item 8 No SCBA manufacturer can meet this requirement. NFPA 1981,2013 Edition requires electronic components to be certified as intrinsically safe per ANSI/UL 913 for use in Classes I, 11 and III, Division 1, Groups C through G hazardous locations,not Groups A through G. We are not aware that any SCBA manufacturer has obtained Groups A.through G certification. Can this requirement be clarified? It should have been as per NFPA 1981 and Groups C through G,not A through G. 3. Reference: Page 25.Item 38 What is the anticipated use for this APR adapter? Overhaul operations? Riot control (for tear gas)? CBRN incidents outside the hot zone? There are different adapters and different filters/cartridges/canisters for different applications,so clarification would be useful. The APR adapter would be for fire investigators and for CBRN incidents outside the hot zone. (potential WMD incidents,etc.) 4. Reference: Page 26,Paragraph 2 Manufacturers already have a training video that covers all the procedures specified in this paragraph. Will this fulfill the requirements of this specification? A training video may beused and we would place it on our TargetSolutions site. There would either need to be a train the trainer session to instruct our members on all aspects of the pack, trouble shooting, etc.,or to have training fora three-day period to cover all three shifts. 5. Reference: Page 30(Pricing Section).Item 8 This item shows up in the Pricing Section for the first time, with no details in the Specifications section. Are cylinders to be included? Is airline hose to be included? If so,what hose lengths? What type of couplings? How many people at one time should the Air Cart be able to support? It would be useful for a complete description of the Air Cart requirements to be added to the Specifications section. As long as our air lines/couplings will mate the vendor's system(which it should)we don't need new line/couplings. Yes cylinders are to be included. We currently have two carts with two 4500psi/60 minute MSA bottles each. The current cart we have is the MSA PortAire air cart with quick connects. These provide air to 2 lines/people.at once. We need at least these requirements or comparable. 6. Reference: Page 30,(Pricing Section),Item 9 This item shows up in the Pricing Section for the first time,with no details in the Specifications section. Can this be clarified? Is it a Pressure Demand Supplied Air Respirator with Escape Cylinder? If so,what duration isspecified for the cylinder? Is airline hose to be included? If so what hose lengths? What type of couplings? Or is it some other type of product altogether? It would be useful for a complete description of the"TRT Confined Space Escape Bottles"requirements to be added to the Specifications section. The information can be referenced in OSHA CFR 1910.146 for all items. The item being requested is a positive pressure remote based air cart (SABA) and/or separate egress bottles. The cylinders used with the confined space remote air cart(SABA)are typically 60-minute bottles but any standard SCBA bottle can be used. Hose lengths are 100' each, and each TRT truck carries 600' total (two trucks). Please add hose as option with pricing. Hose couplings are quick connect couplings with a safety collar to prevent accidental uncoupling that could be caused by dragging through an unknownconfined space environment. 7. Reference: Page 21,Scope of Work Is it the expectation that the awarded vendor provide Quantitative Facepiece Fit testing for all members of the Tempe Fire Medical Rescue Department(SCBA Users)on an annual basis for a period of ten years? No,the fit testing would be for the first year only and then TFMRD would do for subsequent.years. 8. Is the Tempe Fire Medical Rescue Department interested in adding to the specifications the quick connect coupling for the mask mounted regulator? i Yes please add as an option and the cost difference if any. 9. Is the Tempe Fire Medical Rescue Department interest in the snap change cylinder connection or CGA threaded cylinders? Yes. 10. Is the Tempe Fire Medical Rescue Department interested in the optional Rescue Belt only or Rescue Belt with a bailout system? Rescue belt only 11. Is the Tempe Fire Medical Rescue Department interested in 5500 PSIG Version SCBA? If so,can it be provided as optional pricing under the pricing section listed in the RFP? No. 4500 PSIG only 12. Is the Tempe Fire Medical Rescue Department interested in a firefighter locater system? Yes. Please add as an option along with pricing. • There are no other changes at this time. Please sign and return a copy of this Addendum before the Proposal Due Date and Time at the top of this document. The balance of the specifications and bid solicitation instructions remain the same. Bidders/Proposal Offerors are to acknowledge receipt and acceptance of this addendum by returning of signed addendum with bid/proposal response. Failure to sign and return an addendum prior to bid/proposal opening time and date may make the bid/proposal response non-responsive to that portion of the solicitation as materially affected by the respective addendum. United Fire Equipment Company Daniel Matlick, President/CEO NAME OF COMPANY BYNAME(please print)TITLE 335 N. 4th Avenue (800)362-0150 ADDRESS(or PO Box) TELE /� Tucson AZ 85705 _4 %2 CITY STATE ZIP AUTHORIZE. SIGNATURE • Addendum to Solicitation ff Temp e City Procurement Office/City of Tempe•PO Box 5002.20 East 6th Street•Tempe,AZ 85280•(480)350-8324•www.temne.eov/procurement Issue Date: I 03/22/2017 This addendum will modify and/or clarify: - Solicitation No.: I 17-046 ' and is Addendum No. 13 Procurement Description: I Self-Contained Breathing Apparatus Changes should be made as follows: The Proposal Due Date/Time is Wednesday,April 5,2017,3:00 AM.Arizona Time. A Revised Price Sheet in included with this RFP and shall be submitted to the City with Offeror's proposal response. The City is adding the following additional SCBA as an option for Tempe Police SWAT to the RFP: Group 2—Optional SCBA for Tempe Police SWAT Specifications • Quantity—maximum of 25 units • No warning bells or lights • One(I)60-minute bottle • Flat mask(if available) • Ability to transfill/buddy breathe • Darker bottles preferred Note: This item is optional and is not required in order to be awarded a contract. The balance of the specifications,and bid solicitation instructions remain the same. Bidders/Proposal Offerors are to acknowledge receipt and acceptance of this addendum by returning of signed addendum with bid/proposal response. Failure to sign and return an addendum prior to bid/proposal opening time and date may make the bid/proposal response non-responsive to that portion of the solicitation as materially affected by the respective addendum. United Fire Equipment Company Daniel Matlick, President/CEO NAME OF COMPANY BYNAME(please print)TITLE 335 N.4th Avenue 800 362-0150 ADDRESS(or PO Box) TELEPHONE 1 Tucson AZ 85705 CITY STATE ZIP AUTH ` ZED SIGNATURE • Pricing Section(Revised 03/22/2017) "Return this Section with your Response" All Pricing shall be F.O.B.Destination. ITEM DESCRIPTION OF REQUIRED MATERIAL, SERVICE QTY UNIT UNIT EXTENDED NO. OR CONSTRUCTION PRICE PRICE Group 1—SCM Fire Medical Rescue 1. CBRN approved SCBA with cylinder 130 Each $4,765.00 $619,450.00 MSM-G1FS442MA2C2LAR/MSA10175708(45 min Cylinder)/TFDLOGOICOLOR Manufacturer/Model# 2. Additional cylinders 130 Each $ 795.00 $103,350.00 MSA10175708/TFDLOGOICOLOR(45 min) Manufacturer/Model# (includes Quick-connect fitting) 3. CBRN facepieces 200 Each $328.00 $65,600.00 MSA10161810(Med.)/MSA10144231-SP(APR Adapter) Manufacturer/Model# 4. Airline respirators 16 Each $999.00 $ 15,984.00 MSAAPCG20DAIG0(w/10 min cylinder) Manufacturer/Model# 5. High pressure H45 cylinders 23 Each $ 795.00 $ 18,285.00 MSA10175708/TFDLOGO1COLOR(45 min) Manufacturer/Model# 6. 23 high pressure H60 cylinders 23 Each $ 966.00 $ 22,218.00 MSA1015710/TFDLOGO1 COLOR.(60 min) Manufacturer/Model# (Includes Quick-connect fitting) 8. Aircarts for Confined Space&Hazmat 3 Each $ 3,790.00 $ 11,370.00 Airgas AIRA56MP-4R(3 total)I MSA1015710(6 total)I TFDLOGO1COLOR(6 total) Manufacturer/Model#Aircart/60 min Cyl 9. TRT Confined Space Escape Bottles 16 Each $ 545.00 $ 8,720.00 MSA10061367SP(10 min cylinder) Manufacturer/Model# Trade-In SCBA 1. Trade-in value for MSA Firehawk M7 SCBA with spare 130 Each $ 300.00 $ 39,000.00 cylinder Options: 1. Upgrade compliance of SCBA's to future 2018 NFPA $ 0 Standard 2. Charging Stations for batteries(if applicable) $ 355:ob MSA10058385 Manufacturer/Model # Pricing Section (Revised 03/22/2017) "Return this Section with your Response" ITEM DESCRIPTION OF REQUIRED MATERIAL,SERVICE QTY UNIT UNIT EXTENDED NO. OR CONSTRUCTION PRICE PRICE 3. Rescue Belts $ 860.00 MSA10173101 MSA Rescue Belt II,with 501rope,Lightning GT Hook Manufacturer/Model it (available only as a complete kit) 4. Complete set of specialized equipment,including a Posi $ 9,995.00 • check,adapters and software that is necessary for SCBA maintenance Provide a price listing of all parts used in the SCBA Group 2—Optional SCBA for Tempe Police SWAT • 1. SCBA,as specified 25 Each $ 5,140.00 $ 128,500.00 MSAA-G1 FS442MA2C2LAR/MSA10175708(Cylinder)I UFEBLACKOUTKIT Manufacturer/Model ft MSA10161810(Faceplece)I MSA10144231-SP(APR Adapter) *Applicable Tax 8.01 % * State correct jurisdiction to receive sales tax on the Vendor's Offer,Form 201-B (RFP) included in this Request for Proposal. Less prompt payments discount terms of o % 30 days/or net thirty(30) days. (To apply after receipt and acceptance of an itemized monthly statement.) For evaluation purposes, the City cannot utilize pricing discounts based upon payments being made in less than thirty(30)days from receipt of statement. Ordering and Invoice Instructions In order to facilitate internal control and accounting, each City Department will order and must be invoiced separately. Monthly invoices must be segregated by City Department number and mailed or delivered directly to the City Customer Department. For most materials,there will be between three(3)and six(6) ordering departments. At the time an order is placed, the Contractor must obtain the ordering department's cost center numbers for billing purposes. The use of the departments cost center numbers will be in addition to the purchase order number. Once a month, the Contractor shall submit a consolidated statement which shall itemize the invoice numbers, invoice date, invoice amounts, and the total amount billed to Accounting. Discount offering will be based upon days from receipt of the consolidated monthly statement.Invoice(s)shall not show previous balances. Invoices shall include: 1. Listing Of All Delivery/Pickup Receipt Numbers Being Invoiced. 2. Total Cost Per Item. - 3. Applicable Tax. 4. Payment Terms. 5. Blanket Purchase Order Number. Pricing Section (Revised 03/22/2017) "Return this Section with your Response" Invoices that do not follow the above minimum invoicing requirements will not be paid. Payment must be applied to only invoices referenced on check/payment stub. The City reserves the right to bill contracted vendor for researching invoices that have been paid,but not properly applied by vendor account receivables office. Statement mailing address: City of Tempe Accounting(see below for your contact) P.O.Box 5002 Tempe,Arizona 85280 Phone: 480-350-8355 Accounting Contacts: Kimberly Leamy Letters A—H and Numbers Ramona Zapien Letters 1—Z Alex Chin General AP Inquiries and AP Checks l � YTempe COMPLIANCE WITH CITY'S ANTIDISCRIMINATION ORDINANCE NO. 02016.25 The Tempe City Council approved Ordinance No. 02016.25 that requires vendors who are being recommended for award to provide evidence of their compliance with the City's antidiscrimination policy as shown below: Sec.2-601.Policy. It is declared to be the policy for the citizens of Tempe, Arizona,to be free from discrimination in public accommodations, employment, and housing, and contrary to public policy and unlawful to discriminate against any person on the basis of race, color, gender, gender identify, sexual orientation, religion, national origin, familial status, age, disability, or United States military veteran status, in places of public accommodation, employment, and housing; and contrary to the policy of the city and unlawful for vendors and contractors doing business with the city to discriminate, as set forth in this article. Sec.2-603.Unlawful Practices. The following shall constitute a violation of this article: For a city vendor or city contractor, because of race, color, gender, gender identify, sexual orientation, religion, national origin, familial status, age, disability, or United States military veteran status,to refuse to hire or employ or bar or discharge from employment any person, or to discriminate against such person in compensation, conditions,or privileges or employment. City vendors and contractors of fifteen(15)or more employees shall provide a copy of its antidiscrimination policy to the city's procurementofficer to confirm compliance with this article. Employers having fourteen (14) or less employees may attest in writing to compliance with this article. Vendor Requirements Vendors who have fifteen (15) or more employees shall include with their bid/proposal submittal a copy of its antidiscrimination policy that must mirror the City's policy as stated above. Suppliers who have fourteen (14) or less employees may include their antidiscrimination policy or complete a written affidavit of compliance per the attached. To be completed by responding company and returned with submittal: x Our company has 15 or more employees and has included its antidiscrimination policy that mirrors the City's policy; Our company has fourteen (14) or less employees and is attaching the signed AFFIDAVIT OF COMPLIANCE WITH TEMPE CITY CODE CHAPTER 2 ARTICLE VIII SECTION 2-603(5). Please include this document along with the company's antidiscrimination policy or the completed affidavit with offer submittal, l RFP ill 7-046 33 YTempe Only complete this document if you have 14 or less employees. AFFIDAVIT OF COMPLIANCE WITH TEMPE CITY CODE CHAPTER 2 ARTICLE VIII SECTION 2-603(5) Per Tempe City Code Chapter 2 Article VIII Section 2-603(5), it is unlawful for a City vendor or City contractor, because of race, color, gender, gender identity, sexual orientation, religion, national origin, familial status, age, disability, or United States military veteran status, to refuse to hire or employ or bar or discharge from employment any person, or to discriminate against such person in compensation, conditions,or privileges of employment. City vendors and contractors shall provide a copy of their antidiscrimination policy to City to confirm compliance with this requirement or attest in writing to compliance. • CONTRACTOR means any person who has a contract with the City. • VENDOR means a person or firm in the business of selling or otherwise providing products, materials,or services. CONTRACTOR/VENDOR,select one: X Current copy of antidiscrimination policy attached OR I hereby certify (contractor/vendor)to be in compliance with Tempe City Code Chapter 2 Article VIII Section 2-603(5). Date: 4/3/2017 Signature Daniel Matlick President I CEO Print Name Title United Fire Equipment Company Company RFP#17-046 34 • Non-exempt. Employees whose positions do not meet FLSA and state exemption tests and who are paid amultiple.of their regular rate of pay for hours worked In excess of forty per week. Fulldime. Employees scheduled to work 30 hours or more per week. Part4ime. Employees scheduled to work less than 30 • hours per week. Those employees working fewer than 30 hours per week are Ineligible for company benefits. Temporary. Employees who are hired for a pre-established period,usually during peak workloads or for vacation relief. They may work a full-time or part-time schedule. They are ineligible for company benefits and holiday pay. Equal Opportunity United Fire Equipment Company maintains a policy of nondiscrimination with employees and applicants for employment No aspect of employment with us will be influenced inanymanner by age,race,color,creed,religion,sex,sexual orientation,national origin,marital status,disability or other protected class or characteristic established under applicable federal,state,or local statute. or ordinance. United Fire will not condone,permit or tolerate any form of discrimination and/or harassment by or against any employee,customer,vendor,independent contractor or other individual with whom our employees come Into contact in•connection with theiremployment with this company based upon any protected class or characteristic established by law.This policy applies to any and all forms of harassment and/or discrimination,including sexual harassment as addressed in our Sexual Harassment policy. Employment of Relatives We have no general prohibitionagainst hiring relatives. However, a few restrictions have been established to help prevent problems of safety,security,supervision and morale. While we will accept and consider applications for employment from relatives, close family members such as parents, grandparents, children, spouses, brothers and sisters, or in-laws generally will not be hired or transferred into positions where they directly or indirectly supervise or are supervised by another close family member, Further, such relatives generally will not be placed in positions where they work with or have access to sensitive information regarding a dose family member or if there is an actual or apparent conflict of interest. Employment of Minors Generally,regular employees must he 18 years of age or older. Occasionally,we hire students or others who are 16 or 17 years old,but this must be approved in advance by the President. • Personnel Records Important events in each employee's history with the company will be recorded and kept in the • employee's personnel file. Regular performance evaluations, change of status records, commendations and Disciplinary Notices are examples of records maintained. Version 1.5 4 10/12/05 NLSfl UNITED FIRE The Safety Company Life Safety is Serious Work° MAINTENANCE AND SUPPORT/WARRANTY PROGRAM • Maintenance schedule and requirements: Currently MSA recommends annual flow testing by the fire department SCBA maintenance division and daily inspection of the SCBA's by line personnel. There is no requirement for parts replacement on a scheduled basis(with the exception of the Akaline Batteries). MSA will provide what would be considered a reasonable overhaul schedule. • Manuals/parts lists and a list of any specialized equipment/software necessary for proper SCBA maintenance will be provided. At the time of SCBA Certified Airmask Repair and Education all repair manuals and parts lists will be provided. Annual flow testing of the G1 is performed on the Posi Check Ill flow test machine using authorized MSA certified software. • Up to (4)SCBA technicians will receive certification for on-going maintenance of the SCBA's. MSA will do the initial training of repair technicians on site and will allow certified technicians to audit any repair classes in the area. The certification will be valid for 3 years. After 3 years if the technician feels competent and the maintenance shop passes a MSA site audit,the certification will be renewed for 3 additional years. • Specific warranty details, such as what items are considered 'wear items';what replacement items are included in the proposed warranty; o Any piece of electronics has a 15 year warranty. o Any regulator or low air warning device has a 15 year warranty o Anything that can be cut, abraded, scratched,torn etc. is on a case by case basis. o Batteries (D-Cells) must be replaced as required and are not covered under warranty. o Batteries(Lithium-ion) have a run-time of 6 to 8 weeks on a single charge,and have a one-year warranty. • Air Cylinders must be Hydro-Tested per DOT Schedules and Requirements • Certified Fire Department Technicians can perform the work in their MSA approved workshop,work may also be done by United Fire Equipment Company Technicians On- Site,at United Fire's SCBA Shop, or the unit maybe shipped back to MSA if the problem "warrants. Please see attached warranty statement. I' 600 Hour Breakdown MSA recommends a 600 hour overhaul of the G1 SCBA. If a SCBA is used 30 minutes each week the equivalent of one cylinder of air, the overhaul will take place every 1200 (130 minute cylinder a week) divided by 52 weeks would be a 23 year overhaul. 600 (2 30 minute cylinders a week) divided by 52 would be an 11.5 year overhaul. MSA–The Safety Company MSA G1 SCBA Limited Warranty and Terms of Sale Express Warranty— MSA-The Safety Company (MSA) warrants MSA G1 SCBA (SCBA)to be free from defects in materials and/or faulty workmanship for a period of fifteen (15)years from the date of sale by MSA.This warranty applies to all components of the SCBA including all accessories and optional equipment purchased and supplied at the time of the original sale of the SCBA,except consumable parts,as defined by the terms of sale.MSA's obligation under this warranty is limited to the repair or replacement,at MSA's option,of the SCBA or components shown to be defective in either workmanship or materials. No agent,employee or representative of MSA may bind MSA to any affirmation,representation or modification of the warranty concerning the goods sold under this contract. MSA shall be released from all obligations under this warranty in the event that repairs or modifications are made by persons other than its own or authorized service personnel,or if the warranty claim results from accident,alteration,misuse,or abuse. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTEES, EXPRESSED, IMPLIED, OR STATUTORY INCLUDING, BUT NOT LIMITED TO, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.IN ADDITION,MSA EXPRESSLY DISCLAIMS ANY LIABILITY FOR ECONOMIC, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES IN ANY WAY CONNECTED WITH THE SALE OR USE OF MSA PRODUCTS, INCLUDING,BUT NOT LIMITED TO,LOSS OF ANTICIPATED PROFITS. ,nu ye NSA-The SaferyCompany MSA Canada r'911 \ 1000cnaberryWoads Ddve Phone 1-800472-2222 ' Cranberry Toemshlp.PA 16066 Fax 14039674398 81 e Phone 7347762600 LISA Mexico �i,Tr" 115AFIra cern MSAI 0a8W6727272 IVLSA Flee SeMnCa tom/Service Center Fax 52-4422273943 Phone 1877-M7439a MSAlnserrutlonal 4111 Rev 10162874 FAX 14039674398 Mane 7247764626 ID 0105-176-MC/Feb 2015 Tot-Free 1866671-7777 MM 101519 mede1 USA Fax 714741-1853 The Safety Company • ( n July 18, 2014 • NS A. The Safety Company RE: MSA GI SCBA WarrantyaNab America Ryflyan Lab 1100 Cranberry Woods Drive Cranberry Township,PA 16066 To whom it may concern, 724.776.7700 MSA has been the world's leading manufacturer of high-quality safety products since 1914. Our products may be simple to use and maintain,but they're also highly- sophisticated—the result of countless R&D hours,relentless testing, and an unwavering commitment to quality that saves lives and protects men and women around the globe each and every day. To reinforce how strongly we feel about the design and reliability of our all new, MSA Gl SCBA,we made the decision to implement our industry's most comprehensive SCBA warranty. This warranty promises that your MSA GI SCBA will be free from defects in materials and/or faulty workmanship for a period of fifteen years from the date of sale. The exclusions to this warranty are what we, • define as "consumable parts", specifically facepiece lens, soft goods, and batteries. Our goal here is to offer long term peace of mind regarding the quality and reliability you will experience if you choose the MSA G1 SCBA. It's been brought to our attention that some of our competitors are questioning specific language in the 01 warranty statement. While we certainly understand this sales tactic, we would like to take the opportunity to be explicitly clear about our warranty language and our commitment to a best-in-class customer experience. If a component of an MSA Gl SCBA is defective in material or exhibits faulty workmanship in the first fifteen years, you are covered. This includes components which we source from our extensive supplier network. We're hopeful that these actions make clear the confidence we have in our SCBA and eliminate any misperceptions regarding the integrity of our warranty and MSA's unwavering commitment to quality. Sincerely, Jason Traynor Product Group Manager, Respiratory Protection MSA Corporate Center 1000 Cranberry Woods Drive CranberryTownship,PA 16066 800A15A.2222 www.MSAnettam It Limited warranty for cylinders Luxfer manufactured in the United States Gas Cylinders Effective: November 1, 2004 A. Luxfer Limited Warranty period: 1. This Luxfer Limited Warranty covers all Luxfer aluminum and composite cylinders manufactured in the United States on or after November 1, 2004, for 15 years from the original hydrostatic test date on each cylinder. (On a Luxfer aluminum cylinder, the original hydrostatic test date is the earliest test date stamped on the cylinder crown. On a Luxfer composite cylinder, the original hydrostatic test date is the earliest test date either stamped on the cylinder neck or printed on a label on the cylinder body.) 2. This warranty is not retroactive to Luxfer cylinders manufactured before November 1, 2004. There are no warranties that extend beyond the exact text of the express written warranties described in this Luxfer Limited Warranty, which supersedes all previous Luxfer warranty statements. B. What this Luxfer Limited Warranty covers: 1. Luxfer Gas Cylinders warrants that each new aluminum or composite cylinder that Luxfer manufactures in the United States will be free of manufacturing and workmanship defects. 2. Luxfer Gas Cylinders warrants the external and internal cleanliness of each cylinder, which will be judged in accordance with applicable regulations and with Luxfer quality standards, which meet or exceed all regulatory requirements. 3. Luxfer Gas Cylinders warrants that its aluminum and composite cylinders will pass each required requalification test for 15 years from the original hydrostatic test date if the cylinder has been properly maintained and used in accordance with Luxfer policies, recommendations, usage guides and product literature, as well as periodic technical bulletins and safety bulletins (this information may be found in the publications cited and on the Luxfer website at www.luxfercylinders.com). All requalification tests must be performed at the owner's expense and at proper intervals required by applicable regulations. (See sections C and D, below, for conditions and situations that this warranty does not cover, including some that will void this warranty.) 4. On a painted or powder-coated cylinder, Luxfer Gas Cylinders warrants that the initial exterior finish of the cylinder will be free of defects when the cylinder leaves the Luxfer factory (see section D.5, below, for additional information concerning coatings and finishes). C. Restrictions to this Luxfer Limited Warranty: 1. Throughout the entire 15-year warranty period, the cylinder must be visually inspected internally and externally by properly trained and certified inspectors at intervals required by applicable regulations. The results of each required inspection must be properly documented in accordance with applicable regulations. Cylinder inspections, maintenance and usage must conform to Luxfer policy requirements and technical recommendations (see applicable policy statements and technical information, based on cylinder type, on the Luxfer Gas Cylinders website at www.luxfercylinders.com). 2. The cylinder must not be filled or pressurized beyond its rated working capacity. Overfilling or overpressurizing the cylinder will immediately void this warranty. (Other activities that will void this warranty are listed in section D.7, below.) f MSA 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts TM+%ror-rmn Effective January 1,2017 - iktruziapti, Cc..itasr• , ill ElfE,Li- !fin!finalal t:1�dk�Z+7h3:6xni,7:6L7 au,,7 29907 TAPE TEFLON,PIPE THREAD SEALING,1/4" EA $12.24 0000100007 Supplied Air Respirators 29387 SEALENT THREAD LOCKING#242,10ML BTL EA $126.00 0000100007 Supplied Air Respirators 29787 SEALANT,LOCTITE 222,50ML BOTTLE EA $136.00 0000100007 Supplied Air Respirators 42884 CRP-NUT LOCK RED.VLV. EA $31.00 0000100007 Supplied Air Respirators 42911 GASKET,SAFETY VALVE EA $3.06 0000100007 Supplied Air Respirators 42912 GASKET,ADMISS.VAL.SEAT. EA $1.02 0000100007 Supplied Air Respirators 50287 SCREW,FH.BR.NP.#6-32 EA $1.02 0000100007 Supplied Air Respirators 50998 STOPPER,RBR,20MMX16MM,SI EA $4.08 0000100007 Supplied Air Respirators 54197 LWASHERS8 EA $3.060000100007 Supplied Air Respirators 55718 COUPLING,1/41N,NPTF,FEMALE EA $21.00 0000100007 Supplied Air Respirators 59126 SCREW,MACH,ELHBR,NP,84-43 EA $1.02 0000100007 Supplied Air Respirators 60707 O-RING,NITRILE,BLACK,.737"ID X.103",CRP EA $5.10 0000100007 Supplied Air Respirators 60708 0-RING,SYNTHETIC RUBBER,1/16"X 9/16" EA $4.08 0000100007 Supplied Air Respirators 60709 O-RING,NITRILE,BLACK,.98910 X.07",CRP EA $5.10 0000100007 Supplied Air Respirators 61765 MACH.NUT EA $1.02 0000100007 Supplied Air Respirators 65536 SCREW,MACHINE,PAN HEAD ST EA $1.02 0000100007 Supplied Air Respirators 65958 JACKSINGLE,CLOSED CIRCUIT,5/8"X3/8"X1/2 EA $9.95 0000100007 Supplied Air Respirators 66040 O-RING,BLACKNITRILE.RUBBER;1/4IDX3/800 EA $1.02 0000100007 Supplied Air Respirators 66315 SCREW,MACH,PHIL PAN HEAD,BR,NP,3/4" EA $1.02 0000100007 Supplied Air Respirators 66317 SCREW,MACH PAN H,BR,NP,#1 EA $1.02 0000100007 Supplied Air Respirators 66395 0-RING,ETHYLENE PROPYLENE,BK,.208"ID,CRP EA $3.06 0000100007 Supplied Air Respirators 66691 SCREW,MACHINE EA $0.20 0000100007 Supplied Air Respirators 66862 WASHER,PLAIN,STEEL,ZINC PLTD,SCREW#12 EA $3.06 0000100007 Supplied Air Respirators 68523 CRP-RING,RETAIN,STAIN.ST EA $9.18 0000100007 Supplied Air Respirators 80495 HOLDER,SCREEN EA $9.18 0000100007 Supplied Air Respirators 83728 STEM,TYPEC VALVE, EA $22.00 0000100007 Supplied Air Respirators 85049 PISTON ASSY,AUDILARM,CRP EA $138.00 0000100007 Supplied Air Respirators 85051 STRIKER,AUDILARM,CRP EA $19.00 0000100007 Supplied Air Respirators 85052 CRP-PLUG,AUDIBLE WARN. EA $8.16 0000100007 Supplied Air Respirators 85053 VALVE PELLET,AUDILARM,CRP EA $6.12 0000100007 Supplied Air Respirators 85055 CRP-SPRING,STRIK.AUD.WAR EA $3.06 0000100007 Supplied Air Respirators 93031. WASHER,NYLON,.062 THICK EA $5.10 0000100007 Supplied Air Respirators 93050 STRAP,NECK,INDUSTRIAL EA $22.00 0000100007 Supplied Air Respirators 93772 TEST GAGE,DEMAND REGULATOR EA $621.00 0000100007 Supplied Air Respirators 95278 PRESSURE GAUGE,2216/3000 PSI EA $110.00 0000100007 Supplied Air Respirators 95375 SPRING,DIAPHRAGM,PRESSURE DEMAND EA $9.18 0000100007 Supplied Air Respirators 303875 WRENCH,SPANNER,T HANDLE EA $72.00 0000100007 Supplied Air Respirators 449391 WHEEL,BYPASS,REG EA $34.00 0000100007 Supplied Air Respirators 449392 WHEEL,MAIN UNE REG EA $37.00 0000100007 Supplied Air Respirators 454318 SPRING,DIAPHRAGM.PD REG EA $16.00 0000100007 Supplied Air Respirators 455662 BRACKET,HIP,AIRLINE ESC. EA $67.00 0000100007 Supplied Air Respirators 455941 SPRING,AUDIBLE,WARNING DEVICE EA $7.14 0000100007 Supplied Air Respirators 458734 COUPLING ASSY.AL. EA $637.00 0000100007 Supplied Air Respirators 461610 NUT ASSY,RETAINING,PD EXHALATION VALVE EA $35.00 0000100007 Supplied Air Respirators , 461828 WRENCH,PD,VALVE r' EA $8.16 0000100007 SuppliedAirRespirators- 461864 VALVE KIT,EXHALATION,PD,ULTRAVUE EA $171.00 0000100007 Supplied Air Respirators 466008 WRENCH,LOCKNUT VALVE EA $114.00 0000100007 Supplied Air Respirators 466051 TAG,MAINT.CHECK LIST EA $3.06 0000100007 Supplied Air Respirators 467175 NUT,CONNECTOR,BREATHING TUBE/HOOD EA $14.28 0000100007 Supplied Air Respirators 468765. CAP,OUTLET,REGULATOR EA- $8.16 0000100007 Supplied Air Respirators 470875 INSERT,AUDILARM,CUSTOM EA $35.00 0000100007 Supplied Air Respirators ♦, 470881 STRAP,WAISTASSY.AIR MASK EA $51.00 0000100007 Supplied Air Respirators 473246 GASKET,SAFETY VALVE,4500,.25"ID X.44"OD EA $4.08 0000100007 Supplied Air Respirators 473248 ELBOW,90 DEG.CUS.4500 AIR EA $35.00 0000100007 Supplied Air Respirators 1 MSA 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts „crier Effective January 1,2017 C 3Q.IrE13 D;tt� Paul Lfl1113 Pro.uct Man? ar i D Ptian 473250 PRESSURE GAUGE,4500 PSI EA $155.00 0000100007 Supplied Air Respirators 473254 PLUG,SAFETY,RUPTURE DISC,4500 PSI EA $75.00 0000100007 Supplied Air Respirators 473567 INSERT,000PUNG EA $36.00 0000100007 Supplied Air Respirators 473568 NUT COUPLING EA $40.00 0000100007 Supplied Air Respirators 473575 ELBOW,45 DEG.REGULATOR EA $36.00 0000100007 Supplied Air Respirators 473577 ELBOW,ULTRALITE EA $38.00 0000100007 Supplied Air Respirators 473957 PACKING GLAND&GASKET KIT,VALVE STEM EA $20.00 0000100007 Supplied Air Respirators 473969 GASKET,VALVE STEM,6/PKG. PKG $26.000000100007 Supplied Air Respirators 474278 STRAP,BUCKLE,AIR MASK EA $9.18 0000100007 Supplied Air Respirators 474352 SPRING,COMPR.AUDILARM EA $13.26 0000100007 Supplied Air Respirators 474369 ADJUSTER,AUDILARM EA $29.00 0000100007 Supplied Air Respirators 475448 CATCH,CYLBAND,COATED EA $4.08 0000100007 Supplied Air Respirators 475788 CONNECTION,Q-R,W/HANSEN S EA $181.00 0000100007 Supplied Air Respirators 475858 PWNGERASSY,DUAL-PURPOSESCBA EA $88.000000100007 Supplied Air Respirators 475919 CONNECTION,QK DIS FOSTER EA $94.000000100007 Supplied Air Respirators 476105 HOSE ASSY,CYL REFILLS FL,W/CGA 347 EA $1,175.00 0000100007 Supplied Air Respirators 476156 HOSE ASSY.,AIR REFILL,LP,5 FT,W/CGA 34.6 EA $456.00 0000100007 Supplied Air Respirators 476441 FILTER,SINTERED BRONZE EA $5.10 0000100007 Supplied Air Respirators 476681 COVER,BUCKLE LATCH.AIR M EA $6.12 0000100007 Supplied Air Respirators 476805 LABEL,AIR MASK,ULTRALITE EA $7.14 0000100007 Supplied Air Respirators 476899 INSERT,BREATH.TUBE,000P. EA $30.00 0000100007 Supplied Alr Respirators 479586 MANIFOLD ASSY.02,PLUG EA $1,530.00 0000100007 Supplied Air Respirators 479853 WRENCH,CYLVAL GA 4500 EA $42.00 0000100007 Supplied Air Respirators 481142 HOLDER,LATCH,CHEST STRAP EA $35.00 0000100007 Supplied Air Respirators 481210 SCREW,CHESTSTRAP,CLASSIC HARNESS EA $24.00 0000100007 Supplied Air Respirators 481276 RING,SNAP EA $4.08 0000100007 Supplied Air Respirators 481999 VALVE,REUEF,LP BMR&ALL MMR REGULATOR EA $89.00 0000100007 Supplied Air Respirators 482000 VALVE,SAFETY REUEF,SST,.500-20 UNF-2A EA $103.00 0000100007 Supplied Air Respirators 482426 CRP-T00L,EXTR,AUOI-LARM EA $34.00 0000100007 Supplied Air Respirators 482427 DISK,EXT.TOOL,AUDI-LARM EA $9.59 0000100007 Supplied Air Respirators 482428 R0D,EKTR_TOOL,AUDI7LARM EA $18.00 000100 0007 Supplied Air Respirators 484678 EXHALATION VALVE,PD,NPFA,ULTRAVUE EA $126.00 0000100007 Supplied Air Respirators 484892 VALVE ASSY,RELIEF,QUICK-FILL EA $126.00 0000100007 Supplied Air Respirators 485070 COUPLER,MALE,QUICK-FILL EA $368.00 0000100007 Supplied Air Respirators 485071 COUPUNG,QUICK-FILL,FEMAL EA $539.00 0000100007 Supplied Air Respirators 485328 OUST COVER,COUP,FEMALE,QF EA $37.00 0000100007 Supplied Air Respirators 485329 HOSE ASSY,Q-F,3FT.-0IN. EA $262.00 0000100007 Supplied Air Respirators 485330 HOSE ASSY,Q-F,25 FT.-01N. EA $756.000000100007 Supplied Air Respirators 485331 HOSE ASSY,QUICK-FILL,3',NO POUCH,FQD/FQD- EA $863.00 0000100007 Supplied Air Respirators 485332 HOSE ASSY,QUICK-FILL,25'W/FQD X FQD EA $1,426.00 0000100007 Supplied Air Respirators 485391 COUPWG,Q-F,MALE,W/DUST EA $424.00 0000100007 Supplied Air Respirators 485392 COUPLING,QUICK FILL,FEMALE W/DUST COVER EA $424.00 0000100007 Supplied Air Respirators 485446 PAD,41/4IN.LP.D.AIRLINE EA $10.20 0000100007 Supplied Air Respirators 485574 FILTER,FLTTING,QUICK-FILL EA $4.08 0000100007 Supplied Air Respirators 485829 BELLAUDIBLEWARN.DEVMMR EA $43.00 0000100007 Supplied Air Respirators 486265 LEVER ASSY,AIRLINE REGULATOR EA $52.00 0000100007 Supplied Air Respirators 486283 VALVEASSY,ADMISSION,BMRAIRUNERGLTR EA $82.00 0000100007 Supplied Air Respirators 487422 COUPLING,HOSE,Q-F,4500 EA $38.00 0000100007 Supplied Air Respirators 487423 COUPUNG,HOSE,Q-FILI,ULTR EA $38.00 0000100007 Supplied Air Respirators 487427 HOSE ASSY,QUICK-FILL,3'W/FQDXCGA 347CN EA $708.00 0000100007 Supplied Air Respirators 487428 ADAPTER,ASSY.UL,Q-F,3' EA $708.00 0000100007 Supplied Air Respirators 487482 NIPPLE,HEX,1/4MPT-1/4MPT EA $31.00 0000100007 Supplied Air Respirators 487906 HOSE ASSY,QUICK-FILL,25FT,FQD X SAE-4 EA $1,192.00 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts >m>�ns Effective January 1,2017 ifljeio `' ^iluum il, tit ?I Otte 0.rT43 p 7 CJC4i7YaiWS^y31'Lr&I 487907 ADAPTER ASSY,Q-F,4500,25' EA $1,259.00 0000100007 Supplied Air Respirators 487908 ADAPTER ASSY,Q-F,UL,25' EA $1,259.00 0000100007 Supplied Air Respirators 487909 HOSE ASSY,QUICK-FILL,25',FQD XCGA 247 CN EA $1,259.00 0000100007 Supplied Air Respirators 487910 ADAPTER ASSY,Q-F,UL,25' EA $1,259.00 0000100007 Supplied Air Respirators 488522 CARD,WARNING,OVERHAUL KIT EA $1.02 0000100007 Supplied Air Respirators 488750 BODY,REG.,1STG,BK,MM REG EA $311.00 0000100007 Supplied Air Respirators 488779 SPRING,BYPASS,MM REG. EA $5.10 0000100007 Supplied Air Respirators 488782 DIAPHRAGM,PWR STG,2ND STG MMR,CRP EA $36.00 0000100007 Supplied Air Respirators 488796 SPOOL,POWER STAGE,MM REG. EA $27.00 0000100007 Supplied Air Respirators 488798 SHAFT,PISTON,MM REG. EA $55.00 0000100007 Supplied Air Respirators 488799 SEAT,NYLON,MMR,1STSTAGE,CRP EA $26.000000100007 Supplied Air Respirators 488808 SCREEN,BYPASS,MM REG. EA $3.06 0000100007 Supplied Air Respirators 488810 SCREW,GUIDE,BYPASS,MM REG EA $17.00 0000100007 Supplied Air Respirators 488812 SLEEVE,BYPASS,MMR 2ND STG REGULATOR,CRP EA $60.00 0000100007 Supplied Air Respirators 488816 CAP,REGULATOR,BLACK EA $55.00 0000100007 Supplied Air Respirators 488818 PLUG,Regulator EA $13.26 0000100007 Supplied Air Respirators 488833 SCREW,REGULATOR,BLACK EA $14.79 0000100007 Supplied Air Respirators 488853 PISTON,REGULATOR EA $34.00 0000100007 Supplied Air Respirators 488854 SPRING,1ST.STG,.0721N.SS EA $6.12 0000100007 Supplied Air Respirators 488855 SPRING,1ST STG.,REGULATOR EA $6.12 0000100007 Supplied Air Respirators 488885 REGULATOR ASSY,FIRST STAGE,MMR EA $809.00 0000100007 Supplied Air Respirators 488894 VALVE ASSY,SCBA CYLINDER,LOW PRESSURE EA $441.00 0000100007 Supplied Air Respirators 488899 VALVE ASSY,CYLINOER,HP SCBA,4500 PSIG EA $478.00 0000100007 Supplied Air Respirators 489355 VALVE,SPOOL,BYPASS EA $16.00 0000100007 Supplied Air Respirators 489356 ADAPTER,QUICK DISCONNECT EA $22.00 0000100007 Supplied Air Respirators 490128 RETAINERSPRING,PD,UL ELT EA $3.06 0000100007 Supplied Air Respirators 490605 LOCKNUT,MM REG,BLK.ANDZ. EA $10.20 0000100007 Supplied Air Respirators 490645 WASHER,ALUM.,MM REGULATOR EA $11.22 0000100007 Supplied Air Respirators 490656 SPOOL,BYPASS,MM REGULATOR EA $12.24 0000100007 Supplied Air Respirators 490903 PLUG,QUICK-FILL EA $30.00 0000100007 Supplied Air Respirators 492006 FACEPIECEASSY,ULTRAELITE,PD,BMR,HYC,MD EA $545.00 0000100007 Supplied Air Respirators 492089 PLUG,AUDILARM,SST AISI-303 EA $18.00 0000100007 Supplied Air Respirators 492093 HOUSING,PLUNGER,HANSEN 3000 SERIES,SCBA EA $63.00 0000100007 Supplied Air Respirators 492238 SPRING,SHUTOFF,MM REG. EA $2.45 0000100007 Supplied Air Respirators 492329 SHEET,INS.&MAIN.CK.LIST EA $0.41 0000100007 Supplied Air Respirators 492331 TAG,MAIN.CHK.LIST,MMR EA $3.06 0000100007 Supplied Air Respirators 492435 CASE,CARRYING,SORA,BLACK EA $295.00 0000100007 Supplied Air Respirators 492796 HOSE ASSY,QUICK-FILL,3',FQD%CGA-347 MALE EA $692.00 0000100007 Supplied Air Respirators 492797 ADAPTER ASSY,Q-F,W/CGA EA $692.00 0000100007 Supplied Air Respirators 492943 STRAP ASSY,WAIST,CLASSIC EA $193.00 0000100007 Supplied Air Respirators 494446 PLUG,SPEC.W/O-RING,MMR EA $10.20 0000100007 Supplied Air Respirators 495277 HANDWHEELASSY,BYPASS,MMR EA $48.00 0000100007 Supplied Air Respirators 495286 HOUSING,PLUNGER,D.P.,MMR EA $142.00 0000100007 Supplied Air Respirators 495287 CONNECTOR,HOSE,MMR EA $23.00 0000100007 Supplied Air Respirators 495460 BRACKET,BELT,DUAL,MMR EA $37.000000100007 Supplied Air Respirators 495520 PLUNGER ASSY,D.P.,MMR EA $60.00 0000100007 Supplied Air Respirators 495522 HOSE ASSY,D.P.,MMR EA $158.00 0000100007 Supplied Air Respirators 495544 SUPPORT,HOSE,D.P.,MMR EA $24.00 0000100007 Supplied Air Respirators 495762 ORIFICE SCREWASSY.,MMR EA $38.00 0000100007 Supplied Air Respirators 495927 INSERT,FILTER,MMR,1STSTG EA $10.20 0000100007 Supplied Air Respirators 495928 SCREEN,REGULATOR,MMR EA $4.08 0000100007 Supplied Air Respirators l 495929 SCREW,MMR 1ST STAGE HOSE SWIVEL EA $17.00 0000100007 Supplied Air Respirators 496041 PUNCH,VALVE SEAT MMR EA $11.22 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts S Effective January 1,2017 Pa Nun,•er Description It r y List Price Pro Hierarchy O str'$.o 496268 SPANNER,THRUSTRING,MMR EA $10.20 0000100007 Supplied Air Respirators 496286 HOUSING,PLUNGER,REG.,MMR EA $73.00 0000100007 Supplied Air Respirators 496317 TOOL,ADAPTER,MMR EA $16.00 0000100007 Supplied Air Respirators 496568 ADAPTER,AIRUNE,PURT 1000 EA $275.00 0000100007 Supplied Air Respirators 497318 HOSEASSY,QUICK-FILL,6 Fr EA $396.00 0000100007 Supplied Air Respirators 497319 HOSE ASSY,QK.-FILL,10 Fr. EA $689.00 0000100007 Supplied Air Respirators 625635 SWITCH TOGGLE EA $17.000000100007 Supplied Air Respirators 626751 SCREW,SET,HEX,SOC EA $1.02 0000100007 Supplied Air Respirators 627852 WASHER LOCK EXT TOOTH EA $1.02 0000100007 Supplied Air Respirators 627901 SCREW MACHINE EA $1.02 0000100007 Supplied Air Respirators 627904 SCREW,PAN HEAD,ST.ST.II EA $1.02 0000100007 Supplied Air Respirators 627971 PUERS,CONVERTABLE,TRUARC EA $111.00 0000100007 Supplied Air Respirators 627972 PUERS,TONGUE&GROOVE EA $74.00 0000100007 Supplied Air Respirators 627989 CABINET,PLASTIC FRAME EA $131.00 0000100007 Supplied Air Respirators 628082 0-RING,NEOPRENE,BLACK EA $1.02 0000100007 Supplied Air Respirators 628787 RING,-O-NEO,BL,522-024 EA $1.02 0000100007 Supplied Air Respirators 629943 RING,O,BUNA N,BLACK EA $1.02 0000100007 Supplied Air Respirators 630192 RING,RETAINING,V11-B EA $1.02 0000100007 Supplied Air Respirators 630330 CRP 0 RING,BUNA-N,BLACK EA $4.08 0000100007 Supplied Air Respirators 630379 WRENCH,TORQUE/100 FT.LBS.MAX. EA $877.00 0000100007 Supplied Air Respirators 630380 SOCKET,3/4-6POINT OPENIN EA $43.000000100007 Supplied Air Respirators 630381 SCREWDRIVER,MINI,.071N.WD EA $35.00 0000100007 Supplied Air Respirators 630384 WRENCH,DBL.OPEN 5/8&3/4 EA $59.00 0000100007 Supplied Air Respirators 630386 STOPPER,RUBBER,R32W/16MM EA $5.92 0000100007 Supplied Air Respirators 630387 RULE,POCKET 6IN.L,32NDS EA $37.000000100007 Supplied Air Respirators 630493 RING,O,SIL,70DUR,1.1121D EA $4.08 0000100037 Supplied Air Respirators 630918 BUCKLE,SEAT BELT,PUSH BUT EA $27.00 0000100007 Supplied Air Respirators 630919 GROMMET&WASHER,BRASS,N. EA $1.02 0000100007 Supplied Air Respirators 631282 LATCH,CARRYINGCASE,BLK. EA $7.14 0000100007 Supplied Air Respirators 631468 ELROW,STRET,90DEG,MALE/FE EA $36.00 0000100037 Supplied Air Respirators 631604 0-RING,BUNA.N,70 DUROMETER,.6441D EA $3.06 0000100007 Supplied Air Respirators 631610 RING,O,BUNA-N,70D.1451D EA $3.06 0000100007 Supplied Air Respirators 632736 -O-,RING,BUNA-N RUBBER. EA $3.06 0000100007 Supplied Air Respirators 632992 WASHER,LOCK,SPRING EA $1.02 0000100007 Supplied Air Respirators 633702 RING,BACKUP,TEFLON,.2501D EA $4.08 0000100007 Supplied Air Respirators 633703 RING,RETAINING,ST.STEEL EA $6.12 0000100007 Supplied Air Respirators 633776 RING,-O-,NITRILE.414 ID EA $4.08 0000100007 Supplied Air Respirators 633889 RIVET,POP,ALUM.DOME HEAD EA $1.02 0000100007 Supplied Air Respirators 634664 FILTER,.3050D480 ID,S5 EA $36.00 0000100007 Supplied Air Respirators 634665 SPRING,.240 OD,.040 DIA. EA $6.12 0000100007 Supplied Air Respirators 634667 RING,O,FLRSLCNSIZE 2-020 EA $8.16 0000100007 Supplied Air Respirators 634669 0-RING,FLOUROSIUCONE,.4261DX.07.CRP EA $11.22 0000100007 Supplied Air Respirators 634670 RING,O,FLRSLCN,SIZE 2-008 EA $6.12 0000100007 Supplied Air Respirators 634672 RING,BACKUP,SOLID,TEFLON EA $3.06 0000100007 Supplied Air Respirators 634814 0-RINGSIUCONE,1.339"I.D.X.039"THK EA $6.12.0000100007 Supplied Air Respirators • 635032 SPRING,COMPRESSION,.480 OD EA $4.08 0000100007 Supplied Air Respirators 635068 'O'-RING,BLACK,.755 ID EA $4.08 0000100007 Supplied Air Respirators 635177 BUCKLE,TONGUE,MINI,CHROMEPLATED,BLACK EA $17.00 0000100007 Supplied Air Respirators 635240 0-RING,ETHYLENE PROP,.239 ID EA $1.02 0000100007 Supplied Air Respirators 635241 RING,O,ETH PROP 364 ID EA $3.06 0000100007 Supplied Air Respirators 635242 0-RING,ETHYLENE PROPYLENE,SIZE-015 EA $3.06 0000100037 Supplied Air Respirators 635243 RING,O,ETH PROP.614 ID EA $1.02 0000100007 Supplied Air Respirators 635244 RING:RETAINING,EXT,S5,0635°D X0.042'TH EA $4.08 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-G3&M7 Parts r .... • Effective January 1,2017 • 137irkiaB'a1 CliTA i7©B az! Lhf519R0 L`.cfSrr>3 r,FtefitLi "1119 Tu 635245 SCREW,MACHSS,8-32X7/16 EA $1.02'0000100007 Supplied Air Respirators 635311 RING,BACKUP,TEFLON,.4551N EA $3.06 0000100007 Supplied Air Respirators 635597 PUNCH,DRIVE PIN,1/8 IN. EA $31.00 0000100007 Supplied Air Respirators 635632 SOCKET,3/8 SQ.DR.5/8 EA $28.00 0000100007 Supplied Air Respirators 635634 WRENCH,7/81N.CROWFOOT3/8 EA $107.00 0000100007 Supplied Air Respirators 635688 NIPPLE,HEX,SS,1/4 IN NPT EA $51.00 0000100007 Supplied Air Respirators 635796 O-RING,FLUOROSILICONE,BLUE EA $5.10 0000100007 Supplied Air Respirators 635825 CAPLUG,TAPEREO,POLY.,RED EA $1.02 0000100007 Supplied Air Respirators 635848 SCREWDRIVER,POCKET,41/2 EA $52.00 0000100007 Supplied Air Respirators 635953 0-RING,POLYLACTONE URETHANE,.4891D,CRP EA $5.10 0000100007 Supplied Air Respirators 635954 0-RING,POLYLACTONEURETHANE,.176ID,CRP EA $5.10 0000100007 Supplied Air Respirators 636088 SCREW,SELF-LOCKING,3/81N EA $3.06 0000100007 Supplied Air Respirators 636273 COUPLING,PIPE,SS,3/4 HEX EA $59.00 0000100007 Supplied Air Respirators 636876 CLAMP,STEPLESS,S5,19/16 EA $14.28 0000100007 Supplied Air Respirators 636905 LOCKNUT,ELASTIC,SS 18-8 EA $1.02 0000100007 SuppliedAir Respirators 637089 NUT, EA $1.02 0000100007 Supplied Air Respirators 637865 SPACER,1/4 HEX X.375L,SS EA $4.08 0000100007 Supplied Air Respirators 637895 SPRING,55,3/4 LONG,.020 EA $4.08 0000100007 Supplied Air Respirators 637904 SCREW,SELF LOCKING,NYLON EA $3.06 0000100007 Supplied Air Respirators 637944 MANIFOLD BLOCK ASSEMBLY EA $258.00 0000100007 Supplied Air Respirators 637945 NIPPLE ASSY,QUICK DISCONNECT EA $100.000000100007 Supplied Air Respirators 637946 COUPLER ASSEMBLY,QUICK DISCONNECT EA $202.00 0000100007 Supplied Air Respirators 638040 VALVE EA $118.00 0000100007 Supplied Air Respirators 638131 SLIDE,THREE BAR,1 IN,STL EA $102 0000100007 Supplied Air Respirators 638132 SLIDE,THREE BAR,2 IN,STL EA $3.06 0000100007 Supplied Air Respirators 638141 RING,RETAINING,SPIRAL EA $3.06 0000100007 Supplied Air Respirators 638166 0-RING,SILICONE RUBBER EA $4.08 0000100007 Supplied Air Respirators 638167 O-RING:SILICONERUBR,0.114ID X 0.070WL EA $3.06 0000100007 Supplied Air Respirators 638321 PLUG,PIPE,HEX,SS,1/8 NPTF EA $11.22 0000100007 Supplied Air Respirators 638537 FASTENER,CAP,PUSH NUT EA $3.06 0000100007 Supplied Air Respirators 697453 0-RING,SILICONE RUBBER,RED,4012 EA $3.06 0000100019 Supplied Air Respirators 800507 BLANK,ULTRAVUE FCPC,PD,HYC,MD,NFPA EA $209.00 0000100007 Supplied Air Respirators 800633 OVERHAULKIT,1STSTAGE,MMR,CRP EA $94.00 0000100007 Supplied Air Respirators 800685 SPRING,STOP EA $4.08 0000100007 Supplied Air Respirators 801130 CAP,PROTECTIVE,REGULATOR EA $16.00 0000100007 Supplied Air Respirators 801131 GUARD,CYUNDER GAUGE,FHR EA $26.00 0000100007 Supplied Air Respirators 801140 GUARD,GAUGE,CYLINDER VALVE EA $26.00 0000100007 Supplied Air Respirators 801152 BREATHING TUBE,SCBA,20"LONG EA $50.00 0000100007 Supplied Air Respirators 801155 GUARD,GAUGE,MMR,FHR EA $26.00,0000100007 Supplied Air Respirators 801164 COVER,DUST,BLKRBR,MALE QUICK-FILL EA $47.00 0000100007 Supplied Air Respirators 802670 HOSE ASSY.,OF,12 FT EA $564.00 0000100007 Supplied Air Respirators 802671 ADAPTER ASSY,6FT,CUST4500 EA $923.00 0000100007 Supplied Air Respirators 802672 ADAPTER ASSY.,6FT,ULTRALI EA 5923.00 0000100007 Supplied Air Respirators 802675 ADAP.ASSY,10FT,CUST4500 EA $1,008.00 0000100007 Supplied Air Respirators 802677 ADAP ASSY,12FT,CUST 4500 EA $1,168.00'0000100007 Supplied Air Respirators 802679 ADAP.ASSY,6FT,CUST.4500 EA $923.00 0000100007 Supplied Air Respirators 803134 SPRING,DIAPHRAGM,MMR EA $3.06 0000100007 Supplied Air Respirators 803184 POST,MOUNTING,ED.92,NFPA EA $39.00 0000100007 Supplied Air Respirators 803509 POST,AUGNMENT,ADM.VLV EA $78.00 0000100007 Supplied Air Respirators 804165 EXTENDER,WAIST BELT,16"+/-1/4,BLK BUCKLE EA $134.00 0000100007 Supplied Air Respirators 804381 HOSE ASSY,HP,MMR,GAGE-LINE,20" EA $129.00 0000100007 Supplied Air Respirators l 804382 HOSE,HIGH PRESSURE MMR,13.2+/-.19 EA $96.00 0000100007 Supplied Air Respirators 804384 HOSE ASSY,HIGH.PRESSURE,MMR SCBA,18" EA $132.00 0000100007 Supplied Air Respirators NSA, 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts vuovupwity Effective January 1,2017 P oduct •esc'pt on win LC= altailtv mg-. 'D. •Liuu 804478 STRAP,PULL EA $18.00 0000100007 Supplied Air Respirators 804479 STRAP,SHOULDER EA $19.00 0000100007 Supplied Air Respirators 804480 BELT,WAIST,WITH BUCKLE EA $45.00 0000100007 Supplied Air Respirators 804559 STRAP,CHESI RIGHT SIDE, EA $7.14 0000100007 Supplied Air Respirators 804819 COVER,COMP.HOUSING,BLACK,PD,ULTRAEUTE EA $10.20 0000100007 Supplied Air Respirators 804826 ADAPTER ASSY,MMR QUICK-DISCONNECT EA $59.00 0000100007 Supplied Air Respirators 804829 STRAP ASSY,NECK,ULTRAEUTE,PRI,NEPA EA $44.00 0000100007 Supplied Air Respirators 805020 LENS-KIT,ULTRA EUTE FACEPIECE,NFPA EA $69.000000100007 Supplied Air Respirators 805051 CAP,REGULATOR,1STSTG, EA $44.00 0000100007 Supplied Air Respirators 805052 ADAPTER,LOW PRESS.HOSE,MMR EA $20.00 0000100007 Supplied Atr Respirators 805067 REG.ASSY,PORTAIR SUPPLY EA. $990.00 0000100007 Supplied Air Respirators 806292 PAD,BACK,CARRIER/INSERTS EA $32.00 0000100007 Supplied Air Respirators 807492 ALARM ASSY,AUDILARM,LP,2216 PSI _EA $56490 0000100007 Supplied Air Respirators 809028 LUBRICANT,CHRISTO-LUBE EA $8.16 0000100007 Supplied Air Respirators 809873 HOSE ASSY.,QUtCK-FILL,SOF EA $1,240.00 0000100007 Supplied Air Respirators 812849 PLATE,RETAINING,QD,MMR EA $9.18 0000100007 Supplied Air Respirators 812940 HOSE ASSY,MMR,I STAGE EA $4480 0000100007 Supplied Air Respirators 812943 HOSE ASSY,40INCH EXTEN. EA $517.000000100007 Supplied Air Respirators 812955 EXTENDAIRE KiT,1/4 TURN,DBL Q-DISC EA $778.00 0000100007 Supplied Air Respirators 812956 KIT,INTR.PRES,MMR,SINGLE EA $487.00 0000100007 Supplied Air Respirators 812958 HOSE KIT,EXTENDAIRE,DUAL.PURPOSE EA $454800000100007 Supplied Air Respirators. 812973 HOSE&POUCH KIT,EXTENDAIRE,40 IN EA $639.00 0000100007 Supplied Air Respirators 812975 ADAPTER,9/16-18X9/16.24 EA $18.00 0000100007 Supplied Air Respirators 813034 COVER,DUST,COUPLER,EXTEND-AIRE EA $19.00 0000100007 Supplied Air Respirators 813035 COVER,DUST,BtK RUBBER,EXTENDAIRE PLUG EA $19000000100007 Supplied Air Respirators 813154 RING,LOCKING,NECKSTRAP EA $36.00 0000100007 Supplied Air Respirators 813543 RING,LOCKiNG,UL EI,MMR EA $6.12 0000100007 Supplied Air Respirators 813556 ADAPTERASSY,1/4 TURN MMR,ULTRAEUTE EA $37.00 0000100007 Supplied Air Respirators 813712 PUSHBUTTON,SHUTOFF,MMR EA $9.590000100007 Supplied Air Respirators 813713 CAP,SHUTOFF,MMR,1.5 DIA. EA $17.000000100007 Supplied Air Respirators 813868 TOOL,ADAPTER,ULTRA-EUTE EA $16.00'0000100007 Supplied Air Respirators , 814065 LUBRICANT,O-RING,1/4 TURN EA $10.200000200007 Supplied Air Respirators 814289 FACEBLNK ASSY,MMR,MED,BLK EA $400.00 0000100007 Supplied Air.Respirators 814459 VALVEASSY,PD,ULTRA ELITE EA $24.00 0000100007 Supplied Air Respirators 814465 SCREW,HOSE,SWIVEL EA $14.28 0000100007 Supplied Air Respirators 814889 TOOLINSTAUATION,O-RING EA $52.00 0000100007 Supplied Air R espirators 815530 LOOP,HOSE,DUAL PURPOSE EA $19.00 0000100007 Supplied Air Respirators 815604 COMPONENTS,UL ELPD,PKGD. EA $89.00 0000100007 Supplied Air Respirators 815605 HOUSING ASSY,COMPONENT,W/PD EXH V,UE EA $55.00 0000100007 Supplied Air Respirators 816617 STRAP,SHOULDER,TUNNELED,BiACK RHINO EA $182.00 0000100007 Supplied Air Respirators 816618 BUCKLE ASSYSEAT BELT,SILVER METAL VV/PB EA $61.00 0000100007 Supplied Air Respirators 816623 SCREW,CHEST STRAP EA $6.12 0000100007 Supplied Air Respirators 816624 BUCKLEASSY,TONGUE,CARBON 5701.63"WIDE EA $27.00 0000100007 Supplied Air Respirators 816627 STRAPASSY,FRICTION BUCKLE EA $20.00 0000100007 Supplied Air Respirators 816670 " BUCKLE,SLIDE,FRICTION EA $64.09 0000100007 Supplied Air Respirators 816997 HARNESS,HEADSPEED-ON,NFPA,SAT,ADI,YL EA $116.00 00001 07 Supplied Air Respirators 816999 STRAP,NECK,SPEED-ON HEAD HARNESS EA $22.00 0000100007 Supplied Air Respirators 817000 STRAP,TEMPLE,SPEED.ON HEAD HARNESS EA $17.00 0000100007 Supplied Air Respirators 817092 CASE,SOFT CARRYING,SCBA,DUFFLE BAG,BLACK EA $200.00 0009100007 Supplied Air Respirators 817153 BAND/HINGE LOCK ASSEMBLY EA $92.00 0000100007 Supplied Air Respirators 817164 BAND,CYLINDER EA $37900000100007 Supplied Air Respirators 8I7262 HARNESS,HEAD,ULTRA ELITE EA $50.00 0000100007 Supplied Air Respirators 817263 HARNESS,HEAD,ULTRAVUE,S-PTRUBBER,NFPA EA $42.00 0000100007 Supplied Air Respirators MSA 2017 Pinnacle Plus- Suggested List Price-G1&M7 Parts rfrufdyronpav Effective January 1,2017 110 ritrdiilrsgko RtirgrailJ rim aniioaT 1 y i,un-velvt7z4011^11 817394 EXTENDER,WAIST BELT,16",MErAL BUCKLE EA $60.00 0000100007 Supplied Air Respirators 818107 KIT,RETAINING BAR,UL ELT. EA $9.18 0000100007 Supplied Air Respirators 818267 BUSHING,SPRING,CYLINDER LATCH ASSY. EA $4.08 0000100007 Supplied Air Respirators 994228 DECAL,PRESSURE,DEMAND EA $3.05 0000100007 Supplied Air Respirators 994891 DECAL.NAMEPLATE AIR MASK EA $3.06 0000100007 Supplied Air Respirators 995975 TAG,WARN.BREATH.APPARATUS EA $L02 0000100007 Supplied Air Respirators 10003605 AIR SPOOL/ORIFICE,GAUGE APPLICATIONS EA $15.00 0000100007 Supplied Air Respirators 10003606 NUT,JAM,GAUGE LINE ORIENTATION EA $4:08 0000100007 Supplied Air Respirators 10003609 ADAPTER,QUICK-FILL,GAUGE UNE SWIVEL EA $56.00 0000100007 Supplied Air Respirators 10003610 GAUGE,4500PSIG,SWIVEL CONNECTION EA $221.00 0000100007 Supplied Air Respirators 10003611 GAUGE,2216/3000 PSIG,SWIVEL CONNECTION EA $221.00 0000100007 Supplied Air Respirators 10004650 HOSE ASSY,HP,SCBA,26 EA $139.00 0000100007 Supplied Air Respirators 10004651 HOSE ASSY,GAGE LINE,SCBA,40,HP,5000 PSI EA $160.00 0000100007 Supplied Air Respirators 10004723 STRAPKIT,CHEST,BLACK RHINO EA $59.00 0000100007 Supplied Air Respirators 10005061 QUICK-FILL KIT,GAGE LINE;2216 PSI MMR EA $599.00 0000100007 Supplied Air Respirators 10005062 QUICK-FILL KIT,GAGELINE,MMR,4500,STR THD EA $474.00 0000100007 Supplied Air Respirators 10005650 KIT,ENHANCEMENT,EXHALVALVE GUARD UE EA $11.93 0000100007 Supplied Air Respirators 10005782 BUSHING,SPRING,VULCAN CARRIER&HARNESS EA $8.16 0000100007 Supplied Air Respirators 10005783 BRACKET,RETAINING,CYLINDER BAND EA $14.28 0000100007 Supplied Air Respirators 10005950 CLEVIS PIN,18-8 ST STL.,1/4"DIA. EA $8.16 0000100007 Supplied Air Respirators 10005952 CIRCLE COTTER PIN,.048 WIRE,18-8 Sr.STL EA $1.02 0000100007 Supplied Air Respirators 10006006 FIRST STG TEST INTERFACE ASSY,CSTM 4500 EA $190.00 0000100007 Supplied Air Respirators 10006007 ADAPTER ASSY,1ST STG TEST,LP BMR&ALL MM EA $190.00 0000100007 Supplied Air Respirators 10006022 STRAP,PULL,BELT,LEFTSIDE,MMR EA $158.00 0000100007 Supplied Air Respirators 10006692 BAND AND HINGE LOCK ASSY. EA $167.00 0000100007 Supplied Air Respirators 10011302 GUARD,GAUGE EA $61.00 0000100007 Supplied Air Respirators 10011767 LUMBAR COMFORT PAD ASSEMBLY,VULCAN EA $126.00 0000100007 Supplied Air Respirators 10012167 STRAP KIT,CHEST,VULCAN EA $71.00 0000100007 Supplied Air Respirators 10012748 SPRING,LATCH,BACKPLATE,RIGHT HAND EA $8.16 0000100007 Supplied Air Respirators 10012749 SPRING,LATCH,BACKPLATE,LEFT HAND EA $8.16 0000100007 Supplied Air Respirators 10012994 ALARM ASSY,AUDILARM,LP MMR,2216 PSI EA $836.00 0000100007 Supplied Air Respirators 10012995 ALARM ASSY,AUDILARM,LP MMR,3000 P51 EA $686.00 0000100007 Supplied Air Respirators 10012996 ALARM ASSY,AUDILARM,HP MMR 4500 PSI EA $655.00 0000100007 Supplied Air Respirators 10014635 WASHER,55,.128"/.138"ID,S/16"OD EA. $1.02 0000100007 Supplied Air Respirators 10014666 RUBBER STOPPER,1/2110.D. EA $1.02 0000100007 Supplied Air Respirators 10014878 WASHER,STAINLESS STEEL,1/4 ID X 9/16 OD EA $1.02 0000100007 Supplied Air Respirators 10016029 TETHER,GAUGE UNE HOSE EA $7.14 0000100007 Supplied Air Respirators 10016092 AUDILARM,HOUSING,W/FLTR&PLUG5,2216/3000 EA $399.00 0000100007 Supplied Air Respirators 10016093 AUDILARM,HOUSING,W/FLTR&PLUGS,4500 EA $399.00 0000100007 Supplied Air Respirators 10018221 BAYONET,APR ADAPTER EA $7.14 0000100007 Supplied Air Respirators 10018222 0-RING,URETHANE,1.174'ID X 1.375"OD EA $7.14 0000100007 SuppliedAir Respirators 10018496 GASKET,BAYONET EA $1.02 0000100007 Supplied Air Respirators 10018540 DIAPHRAGM ASSY.,MMR FIREHAWK,RED EA $69.00 0000100060 Supplied Air Respirators 10018546 ADJUSTER,LEVER,MMR 2000 EA $6.12 0000100007 Supplied Air Respirators 10019547 AUTOMAXX U-CLIP,BYPASS EA $3.06'0000100060 Supplied Air Respirators 10018621 ADAPTER,SUDE,FIREHAWK EA $8.16 0000100007 Supplied Air Respirators 10018622 RETAINER,SPRING,MMR 2000 EA $4.08 0000100007 Supplied Air Respirators 10018724 SCREW,MACHINE,6-32 X 5/16 LG,SS EA $2.04 0000100019 Supplied Air Respirators 10018774 KNOB,BYPASS,FIREHAWK EA $6.12 0000100007 Supplied Air Respirators 10018830 KEY,PASS UNIT,STAND ALONE,REPLACEMENT EA $10.20.0000100007 Supplied Air Respirators 10018965 SPRING,QC,MMR 2000 EA $3.06 0000100007 Supplied Air Respirators 10018966 BODY,BYPASS,FIREHAWK EA $27.00 0000100007 Supplied Air Respirators 10018971 BYPASS,INSERT ASSY.,MMR 2000 EA $27.00 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-G1&M7 Parts msedrsr A Effective January 1,2017 •roduct GITINtsrto Descrip ion RES2 IJYt3irt1233 Mira is a thy Description 10020382 'QUICK-FILL KIT,GAGE LINE,2216 PSI MMR, EA $525.00 0000100007 Supplied Air Respirators 10020383 QUICK-FILLKIT,GAGE LINE,4500 PSI MMR, EA $476.00 0000100007 Supplied Air Respirators 10020515 KR,QUICK-FILL,GAGE.UNE MMR,ICM,UCPLG EA $82:00 0000100007 Supplied Air Respirators 10020779 HOSEASSY.1STSTG,17,FIREHAWK QUICK-CON EA $220.00 0000100007 Supplied Air Respirators 10020781 HOSE ASSY.,1STSfAGE,THREADEDFIREHAWK FA $63.00 0000100007 Supplied Air Respirators 10020782 AUTOMAXX MEDIUM PRESS.LINE,ASSY EA $138.00 0000100060 Supplied Air Respirators 10020784 SCREEN,2ND STAGE,MMR 2000 EA $3.06 0000100007 Supplied Air Respirators 10020931 SPRING,PD,FIREHAWK EA $10.20 0000100007 Supplied Air Respirators 10021288 COUPUNG,HOSE,90 DEGREE,QUICK-FILL EA $85.000000100005 Supplied Air Respirators 10022245 MOUNT,BELT,FIREHAWK,WIRE WEBBING EA $26.000000100007 Supplied Air Respirators 10022928 DISPLAYCOVER LENSES,62MM X 28MM,CLEAR PKG $55.000000100007 Supplied Air Respirators 10022929 DISPLAY COVER LENSES,TRANSLUCENT PLASTIC EA $56.00 0000100007 Supplied Air Respirators 10022991 BATTERYCOVER&GASKET ASSY,60MM LONG EA $37.000000100007 Supplied Air Respirators 10022993 RUBBER COVER,YELLOW RESET BUTTON,135MM L EA $49.00 0000100007 Supplied Air Respirators 10023055 KIT,BRACKET,VOICEMITTER,CLEARCOMMAND EA $215.22 0000109009 Supplied Air Respirators 10023056 AMPLIFIER,CLEARCOMMAND EA $382.50 0000100009 Supplied Air Respirators 10023505 RETAINER,SPEAKING DIAPHRAGM EA $22.00 0000100005 Supplied Air Respirators 10023509 0-RING,2.5 MM IDX 1.5 MM,BLACK • EA $4.08 0000100007 Supplied Air Respirators 10024074 KIT,CLEARCOMMAND,AMPLIFIER,SCBACOMPLET EA $581.40 0000100009 Supplied Air Respirators 10024075 CUP KIT:RI INTERFACE CABLE,CLEARCMND EA $20600000100009 Supplied Air Respirators 10024076 VOICEMRTERASSY,CLEAR COMMAND EA $193.800000100009 Supplied Air Respirators 10024077 KIT,CLEARCOMMAND,BRACKET,MOUNTING EA $82.62 0000100009 Supplied Air Respirators 10024111 BUTTON ASSY,FIREHAWK 2ND STAGE,BLACK EA $27.00 0000100007 Supplied Air Respirators 10024112 BUTTONASSY,SLIDE,FIREHAWK 2NDSTG,BLAC EA $27.00 0000100007 Supplied Air Respirators 10025123 KIT,DUSTCOVER,CLEARCOMAND COMM.SYSTEM EA $13.26 0000100009 Supplied Air Respirators 10025381 SCREW,MACHINE,SS,M2.5 DIA.,16MM LENGTH EA $1.020000100009 Supplied Air Respirators 10025648 HOSE ASSY.M,INTRMD.PRES.,RESCUEAIRE II EA $614.00 0000100007 Supplied Air Respirators 10025942 STRAP,PULL,BELT,LEFT SIDE,MMR 2000 EA $184.00 0000100007 Supplied Air Respirators 10026139 COVER ASSEMBLY,BLACKHAWK EA $22.000000100007 Supplied Air Respirators 10026233 REGULATOR ASSY,15T STG,FIREHAWK THREADED EA $781.00 0000100007 Supplied Air Respirators 10026234 REGULATORASSY.,FIRST STAGE,MMR,QK CON. EA $822.00 0000100007 Supplied Air Respirators 10026265 AMPLIFIER,VOICE,ESP II EA $45390 0000100009 Supplied Air Respirators 10026434 'COMPONENT HOUSING ASSY.,PD,ULTRA ELITE EA $86.00 0000100007 Supplied Air Respirators 10026540 DUAL-PURPOSE KIT,FOSTER,FIREHAWK,THD EA $959.00 0000100007 Supplied Air Respirators 10026541 KIT,DUAL PURPOSE,FOSTER,FIREHAWK,QK CON. EA $959.00 0000100007 Supplied Air Respirators 10026542 KIT,DUAL PURPOSE,HANSEN,FIREHAWK,QK CON. EA $690.00 0000100007 Supplied Air Respirators 10026543 KIT,DUALPURPOSE,HANSEN,FIREHAWK,THREADED EA $768.00 0000100007 Supplied Air Respirators 10026547 HOSE ASSY.,1ST STAGE,THREADED,FIREHAWK EA $70.00 0000100007 Supplied Air Respirators 10026548 HOSE ASSY.,1ST STAGE,QK CONNECT,FIREHAWK EA $192.00 0000100007 Supplied Air Respirators 10026562 SCREW,MACHINE,SS,M4 DIA.,0.7MM THREAD K EA $0.52 0000100009 Supplied Air Respirators 10026668 ORIFICE ASSY,RAPID VENT EA $51.000000100007 Supplied Air Respirators 10026809 Hip pad plate AirMaXX EA $12.000000100005 Supplied Air Respirators 10026848 Buckle bracket AIrMaXX 'EA $19.00 0000100005 Supplied Air Respirators 10026887 0-RING,SILICONE,31 MM I.D.X 2 MMTHK. EA $4.08 0000100007 supplied Air Respirators 10027085 KR,SLIDING REGULATOR ASSY.,VULCAN EA $50.00 0000100007 Supplied Air Respirators 10028132 KIT,AUDILARM,REBUILD EA $52.00 0000100007 Supplied Air Respirators 10028588 SMD Film-CAP 100nF,50V,1210,5% EA $11.22 0000100019 Supplied Air Respirators 10028600 KIT,FACEPIECE,FIREHAWK UPGRADE EA $36.000000100007 Supplied Air Respirators 10028896 COLLAR,LOCKING,APR ADAPTER EA $11.22 0000100007 Supplied Air Respirators 10029067 O-RING,BLACK NITRILE,1.489"ID X 0.070"W EA $1.02 0000100007 Supplied Air Respirators 10029068 O-RING,ORG.SILICONE,0.989 ID X 0.070 W EA $1.02 0000100007 Supplied Air Respirators 10030617 GROMMET,CARRIER VULCAN,BOTTOM EA $18.00 0000100007 Supplied Air Respirators 10030663 KIT,O-RING,OVERHAUL,FIREHAWK- EA $34.00 0000100007 Supplied Air Respirators MSA 2017 Pinnacle Plus- Suggested List Price-G1&M7 Parts ?Iv tday romrm, Effective January 1,2017 Pagel; Gt^AinDiuLoi &Si r o 1 amfa ,:tniIIeW+ elbg `a r i s ipt,n 10031102 HARNESS ASSY,HEAD,SPEED-ON,NFPA EA $116.00 0000100007 Supplied Air Respirators 10031105 STRAP,SPEED-ON HARNESS,CHICAGO EA $18.00 0000100007 Supplied Air Respirators 10031160 FACEBLANKASSY.M,ULTRAEUTE,PD,MED,BLK EA $367.00 0000100007 Supplied Air Respirators 10031163 FACEPIECE ASSY.ULTRA ELITE,PD,HYC,MD EA $577.00 0000100007 Supplied Air Respirators 10031192 SEAL RING,HOUSING,FIREHAWK EA $11.22 0000100007 Supplied Air Respirators 10031262 BELT,RIGHTSIDE,DOUBLEPULL,MMR,W/D-RING EA $129.00 0000100007 Supplied Air Respirators 10031263 STRAP ASSY.,W/D-RING EA $24.00 0000100007 Supplied Air Respirators 10031264 CHEST STRAP,LEFT SIDE,W/D-RING EA $72.00 0000100007 Supplied Air Respirators 10031265 STRAP,PULL,LEFT SIDE,MMR,W/D-RING EA $179.00 0000100007 Supplied Air Respirators 10032091 BYPASS INSERT ASSEMBLY,FIREHAWK EA $29.00 0000100060 Supplied Air Respirators 10032434 BLOCK,MANIFOLD,EXTEND-AIRE,FIREHAWK EA $56.00 0000100007 Supplied Air Respirators 10032438 HOSE ASSY.,SINGLE QC,EXTEND-AIRE EA $523.00 0000100007 Supplied Air Respirators 10032439 MANIFOLDASSY.,DUALQC,EXTEND-AIRE,FIREHW EA $293.00 0000100007 Supplied Air Respirators 10032511 APR ADAPTER ASSY.,SLIDEVERSION EA $266.00 0000100007 Supplied Air Respirators 10032512 GASKET,BAYONET EA $4.08 0000100007 Supplied Air Respirators 10032925 TRUCK KIT,APR ADAPTER,FIREHAWK STC EA $1,324.00 0000100007 Supplied Air Respirators 10032927 APR ADAPTER KIT,INDIVIDUALFIREHAWK STC EA $291.00 0000100007 Supplied Air Respirators 10032928 CASE,CARRYING,W/INSERT,APR TRUCK KIT, EA $214.00 0000100007 Supplied Air Respirators 10032929 BLOCK,MANIFOLD,EXTEND-AIRE,FIREHAWK EA $28.00 0000100007 Supplied Air Respirators 10033112 REGULATOR ASSY.,FIREHAWK,PUSH-TO-CONNEC EA $963.00 0000100007 Supplied Air Respirators 10033113 REGULATORASSY,2NDSTAGE,FIREHAWK PTC,Q EA $1,312.00 0000100007 Supplied Air Respirators 10033115 ADAPTER,FIREHAWK PUSH-TO-CONNECT EA $26.00 0000100007 Supplied Air Respirators 10033208 SCREW,SEMS,M4 X 10 MM,PHILLIPS PAN HEAD IA $3.06 0000100007 Supplied Air Respirators 10033277 PORTABLE AIRSPLY,RESCUEAIRE,W/QUICKFILL EA $1,404.00 0000100007 Supplied Air Respirators 10033278 RESCUEAIRE QUICK RESPONSE,W/QUICK-FILL EA $2,215.00 0000100007 Supplied Air Respirators 10033279 PORTABLE AIR SPLY,RESCUEAIRE QR,W/EXTEND EA $2,369.00 0000100007 Supplied Air Respirators 10033314 HOSE ASSY.,EXTENDAIRE,LOW PRES.,36.00"L EA $258.00 0000100007 Supplied Air Respirators 10034500 COVER,SLIDE,FIREHAWK,BLACK EA $8.16 0000100007 Supplied Air Respirators 10034603 FACEPIECE ASSY,ULTRAELITE,PD,HYC,STC,MD EA $785.00 0000100007 Supplied Air Respirators 10034606 FACEPIECE ASSY,ULTRAEUTE,HYC,STC,SM,RDY EA $785.00 0000100007 Supplied Air Respirators 10034609 FACEPIECE ASSY,ULTRAELITE,HYC,STC,LG,RDY EA $785.00 0000100007 Supplied Air Respirators 10034748 SCREW:MACHINE,SS,TRUSS HD,4-40 X.250 1G EA $1.02 0000100007 Supplied Air Respirators 10035171 screw M3,5 x 8,5 speciality EA $11.22 0000100019 Supplied Air Respirators 10035310 Housing Bottom,assy,ICM EA $102.00 0000100019 Supplied Air Respirators 10035663 HOSE ASSEMBLY,LOW PRESSURE,AIRHAWK EA $90.00 0000100007 Supplied Air Respirators 10035665 SEAL BATTERY,HEADS UP DISPLAY EA $7.14 0000100007 Supplied Air Respirators 10035682 ULTRA ELITE,PD,MD,PTC,NYC,SPEED EA $563.00 0000100007 Supplied Air Respirators 10036090 screw M 3 x 8 special,ICM EA $4.08 0000100019 Supplied Air Respirators 10036291 VALVE;PRESSURE RELIEF,2216 PSIG,2002NFP EA $92.00 0000100007 Supplied Air Respirators 10036292 VALVE,PRESSURE RELIEF,4500 PSIG,2002NFP EA $92.000000100007 Supplied Air Respirators 10037310 ALARM ASSY,AUDILARM,LP MMR,2216,W/Q-FIL EA $944.000000100007 Supplied Air Respirators 10037312 AUDILARM ASSY,2002 NFPA,HP,4500,W/Q EA $944:00 0000100007 Supplied Air Respirators 10037654 FITTING,NIPPLE,HEX UPE,LOW PRES.,STSTL EA $33.00 0000100007 Supplied Air Respirators 10037655 FITTING,NIPPLE,HEX TYPE,HIGH PRES,STSTL. EA $34.00 0000100007 Supplied Air Respirators 10037900 ' STRAP,CHEST,MALE,AIRHAWK,NYLON EA $12.24 0000100007 Supplied Air Respirators 10037901 STRAP,CHEST,FEMALE,AIRHAWK,NYLON EA $12.24 0000100007 Supplied Air Respirators 10037951 0-RING,BUNA N-70,S12E 005 EA $1.02 0000100007 Supplied Air Respirators 10037952 SCREW,BUTTON HDCAP,SS,10-32UNF-3AX1/2 EA $3.06 0000100007 Supplied Air Respirators 10037953 BUSHING,COVER,DUST,AUDILARM,2002 NFPA EA $12.24 0000100007 Supplied Air Respirators 10037954 HOSE,TEFLON,SST,HIGH PRES.,4500 PSI,MMR 64 $139.00 0000100007 Supplied Air Respirators 10038031 COVER,DUST,AUDIL4RM W/QK FILL,NFPA 2002 EA $33.00 0000100007 Supplied Air Respirators i 10038105 AUDILARM ASSY.,2002 NFPA,MMR,LP,W/O QKFL EA $472.00 0000100007 Supplied Air Respirators 10038107 AUDILARM ASSY.,2002 NFPA,MMR,HP,W/0 QKFL EA $472.00 0000100007 Supplied Air Respirators • 2017 Pinnacle Plus- Suggested List Price-61&M7 PartsPt �.runsr ,r Effective January 1,2017 rai Gtikairaiir0- cr'p ion EMI =MO . r. Ai ierarc y0 -c iptio 10038282 ALARM&GAUGE ASSY.,WHISTLE,GAUGE,2216 EA $530.000000100007 Supplied Air Respirators 10038283 ALARM&GAUGE ASSY.,WHISTLE,GAUGE,4500 EA $542.00 0000100007 Supplied Air Respirators 10038417 AUDILARM BODY ASSY.,2002 NFPA,MMR EA $132.00 0000100007 Supplied Air Respirators . 10038601 FILTER,CONE,20MICRON,SNTRD.BRN2,AIRHWK EA $4.08 0000100007 Supplied Air Respirators 10039171 HOSE ASSY,FIREHAWK,NEOPRENE EA $113.00 0000100007 Supplied Air Respirators 10039172 DIAPHRAGM ASSY.,MMR2000,BUTADIENE EA $55.00'0000100007 Supplied Air Respirators 10039397 ALARM,WHISTLE,AIRHAWK,2216 PSIG EA $222.000000100060 Supplied Air Respirators 10039398 ALARM,WHISTLE,AIRHAWK,4516 PSIG EA $245.00'0000100060 Supplied Air Respirators 10040052 APR ADAPTER,FIREHAWK PUSH-TO-CONNECT EA $266.000000100007 Supplied Air Respirators 10040054 KIT,TRUCK,APR ADAPTER,PTC VERSION EA $1,278.00 0000100007 Supplied Air Respirators 10040055 KIT,APRADAPTER,PTC VERSION EA $329.000000100007 Supplied Air Respirators 10040450 BUCKLE,SIDE RELEASE,11/2,MALE,DUAL ADI EA $4.08 0000100007 Supplied Air Respirators 10040451 BUCKLE,SIDE RELEASE,11/2,FEM.,DUALADJ EA $4.080000109007 Supplied Air Respirators 10040817 KIT,RETROFIT,SINGLE SCREW,AUDI-LARM BELL EA $17.000000100007 Supplied Air Respirators 10040954 SCREW,10-32X3/8 LG.,ZINC PLATED EA $4.08 0000100007 Supplied Air Respirators 10041011 WASHER,STAINLESSSTEEL,S/16",SAE EA $1.02 0000100007 Supplied Air Respirators 10041631 0-Ring3x1,5 silicone blue EA $0.60 0000100005 Supplied Air Respirators 10041962 WASHER,R10,STAINLESS STL,PLAIN,TYPE B EA $1.02 0000100007 Supplied Air Respirators 10042262 FITTING,SPLIT GAGE HOSE,NIGHTFIGHTER,MMR EA $96.00 0000100007 Supplied Air Respirators 10042513 HOSE ASSY.,INTERM.PRES.,RESCUEAIRE II EA $340.00 0000100007 Supplied Air Respirators 10042565 CD-ROM,32-BIT,FLOW TEST SOFTWARE ONLY EA $1,205.00 0000100007 Supplied Air Respirators 10042824 KIT,PRO-CHECK3,W/O SOFTWARE EA $848.00 0000100007 Supplied Air Respirators 10043943 PLUG,HEXHEAD.9/16"-18THREAD,STEELZINC EA $6.12 0000100007 Supplied Air Respirators 10043945 VALVE,CHECK,AUDILARM,3000 PSI QUICKFILL EA $46.00 0000100007 Supplied Air Respirators 10043947 AUDIIARM,3000 PSI,URC ASSEMBLY,MMR EA $979.00 0000100007 Supplied Air Respirators 10044026 SHIELD ASSEMBLY,FIREHAWK,CBRN EA $35.000000100007 Supplied Air Respirators 10044300 PLATE,MANIFOLD,WORK-UNE,AIRHAWK EA $11.93 0000100007 Supplied Air Respirators 10044301 SCREW,PAN HEAD,PHILLIPS,118-32.1/2"LG,SST EA $1.020000100007 Supplied Air Respirators 10044574 STRIKER AND VALVE ASSY.,AUDILARM EA $24.00 0000100007 Supplied Air Respirators 10044576 VALVE ASSEMBLY,QUICK CHECK,FIREHAWK EA $95.00 0000100007 Supplied Air Respirators 10046120 CLIP,BELT,SONETRONICS,CLEARCOMM.SYSTEM EA 564:60 0000100009 Supplied Air Respirators 10046123 RING,RETAINER,TALL,NYLON,GLASS,PKG./10 EA $109.99 0000100009 SuppliedAir Respirators 10046483 HOSE ASSY,2ND STAGE,QC,FIREHAWK,NEOPRENE EA $138.00 0000100007 Supplied Air Respirators 10046484 HOSE ASSY,2ND STAGE,FIREHAWK,W/QC COUPL EA $337.00 0000100007 Supplied Air Respirators 10046572 KIT,COAST GUARD EA $3,070.00 0000100007 Supplied Air Respirators 10046633 BACKPLATE,VULCAN,NYLON EA $29.00 0000100007 Supplied Air Respirators 10046842 CARRIER ASSY,AIRFRAME,METAL BAND EA $220.00 0000100007 Supplied Air Respirators 10046843 CARRIERASSY,AIRFRAME,TEFLON EA $61.00 0000100007 Supplied Air Respirators 10046846 CARRIER&HARNESS ASSY,ULTRALITE,FIREHWK EA $1,170.00 0000100007 Supplied Air Respirators 10046847 CARRIER&HARNESS ASSY,CUSTOM 4500,FIREHWK EA $1,170.000000100007 Supplied Air Respirators 10047238 QC BUTTON ASSEMBLY,FIREHAWK,GREY EA $27.00 0000100097 Supplied Air Respirators 10047331 SLIDE BUTTON ASSEMBLY,FIREHAWK,GREY EA $27.00 0000100007 Supplied Air Respirators 10047441 COVER,FIREHAWK,WITH CBRN LOGO EA $22.00 0000100007 Supplied Air Respirators 10047528 CAP,SPRING,FIREHAWK,CBRN EA $13.06 0000100027 Supplied Air Respirators 10047529 REGULATOR ASSY,FIREHAWK,QC,SOLID EA $1,325.00 0000100007 Supplied Air Respirators 10047534 REGULATOR A55Y,FIREHAWK,PUSH-TO-CONNECT EA $1,186.00 0000100007 Supplied Air Respirators 10047535 REGULATOR ASSY,FIREHAWK,SLIDE,SOUDCVR. EA $1,186.00 0000100007 Supplied Air Respirators 10047536 REGULATOR ASSY,FIREHAWK,THREADED,SOUD EA $845.00 0000100007 Supplied Alr Respirators 10047537 REGULATOR ASSY,FIREHAWK,SLIDE,THREADED EA 5845.00 0000100007 Supplied Air Respirators 10047545 FACEPIECE ASSY,UL ELT,PD,MD,SPEED-ON,SLI EA $563.00 0000100007 Supplied Air Respirators 10047546 ULTRA ELITE,PD,MD,PTC,NYC,SPEED-ON FA $563.00 0000100007 Supplied Air Respirators 10047547 FACEPIECEASSY,UL ELT,PD,SM,SPEED-ON,SLI EA $563.00 0000100007 Supplied Air Respirators 10047548 ULTRA ELITE,PD,SM,PTC,HYC,SPEED-ON EA $563.00 0000100007 Supplied Air Respirators MSA2017 Pinnacle Plus- Suggested List Price-61&M7 Parts ""'K"i'"."� Effective January 1,2017 pzitGFii31I�7ugai L-alle10 rl MOND � fifttl i�'17 iw:r iPJ(!Z*idig`.4f•717 10047549 FACEPIECE ASSY,UL ELT,PD,LG,SPEED-ON,SLI EA $563.00 0000100007 Supplied Air Respirators 10047550 FACEPIECE ASSY,UL ELT,PD,LG,SPEED- EA $563.00 0000100007 Supplied Air Respirators 10047600 REGULATOR ASSY,FIREHAWK,QKCON.,SOLID EA $1,325.00 0000100007 Supplied Air Respirators 10047601 REGULATOR ASSY,FIREHAWK,THREADED,SOLID EA $971.00 0000100007 Supplied Air Respirators 10047602 REGULATORASSY,FIREHAWK,THREADED,SOLID EA $971.00 0000100007 Supplied Air Respirators 10047664 COVER,SOLID,FIREHAWK,CBRN EA $19.00 0000100007 Supplied Air Respirators 10047742 WASHER,NEOPRENE,.512 ID X 1.50 OD X.250 EA $6.12 0000100007 Supplied Air Respirators 10047748 BLOCK,RUBBER,LUMBAR PAD,VULCAN II EA $11.93 0000100007 Supplied Air Respirators 10047749 PAD,LUMBAR,SWIVELING,AIRFRAME EA $123.00 0000100007 Supplied Air Respirators 10047751 NUT,LUMBAR PAD,VULCAN II EA $8.16 0000100007 Supplied Air Respirators 10047994 NIGHTFIGHTERTRANSMTR.ASSY,MMR/BMR,3000 EA $549.00 0000100007 Supplied Air Respirators 10048012 SCREW,PAN HD,PHILLIPS,SST,6-13 X 3/4"LG EA $4.08 0000100007 Supplied Air Respirators 10048013 SCREW,SOCKET FLAT.HEAD,1/4-20 X 11/2 LG EA $4.08 0000100007 Supplied Air Respirators 10048620 SCREEN,WORK-UNE,AIRHAWK EA $1.02 0000100007 Supplied Air Respirators 10048631 RETAINER,SCREEN,WORK-LINE,AIRHAWK EA $7.14 0000100007 Supplied Air Respirators 10048813 BLANK,FCPC,ULTRAELITE,HYCAR,MD. EA $162.00 0000100007 Supplied Air Respirators 10048814 BLANK,FCPC,ULTRAELITE,HYCAR,SM., EA $162.00 0000100007 Supplied Air Respirators 10048815 BLANK,FCPC,ULTRA EUTE,HYCAR,LG., EA $162.00 0000100007 Supplied Air Respirators 10048942 REGULATOR OVERHAUL KIT,FIREHAWK,CBRN EA $170.00 0000100007 Supplied Air Respirators 10049979 REGULATOR ASSY.,FIREHAWK,LESS PURGE EA $674.00 0000100007 Supplied Air Respirators 10049980 REGULATOR AS. SY,FIREHAWK,SLIDE,LESSPURG EA $674,00 0000100007 Supplied Air Respirators 10050031 FIREHAWKASSY,SLIDE,PREMAIRE,SOLID COVER EA $594.00 0000100007 Supplied Air Respirators 10050032 FIREHAWK ASSY,SLIDE,PREMAIRE,QK CONNECT EA $689.00 0000100007 Supplied Air Respirators 10050033 FIREHAWK ASSY,PTC,PREMAIRE,SOUD COVER EA $674.00 0000100007 Supplied Air Respirators 10050034 FIREHAWKASSV,PTC,PREMAIE,QK CONNECT EA $689.00 0000100007 Supplied Air Respirators 10050035 KIT,SOLID COVER,FIREHAWK,UPGRADE EA $22.00 0000100007 Supplied Air Respirators 10050036 KIT,VULCAN,REG,THRD,FIREHAWK,LESS PURGE EA $963.00 0000100007 Supplied Air Respirators 10050038 KIT,VULCAN,REG.,QK CONNECT,FIREHAWK EA $1,305.00 0000100007 Supplied Air Respirators 10050039 KIT,VULCAN,THRD,PTC,FIREHAWK,LE$S PURGE EA $963.00 0000100007 Supplied Air Respirators 10050146 GAGE,LEVER HEIGHT,FIREHAWK EA $7.14 0000100007 Supplied Air Respirators 10050617 PISTON ASSY.,REGULATOR,1ST STAGE,PR14 EA $74.00 0000100007 Supplied Air Respirators 10050620 SPRING,PISTON,OUTER,REG.,1STSTAGE,2034 EA $17.00 0000100007 Supplied Air Respirators 10050621 SPRING,PISTON,INNER,REG.,1STSTAGE,2004 EA $16.00 0000100007 Supplied Air Respirators 10050622 U-CLIP,REGULATOR,1ST STAGE,2004 EA $3.06 0000100007 Supplied Air Respirators 10050623 CAP,REGULATOR,IST STAGE,2004 EA $35.00 0000100007 Supplied Air Respirators 10051289 AMPUFIER,CLEARCOMMAND,RI EA $688.50 0000100009 Supplied Air Respirators 10051290 KIT,CLEARCOMMND,AMPLIFIER,RADIO INTRFAC EA $846.60 0000100009 Supplied Air Respirators 10051663 FILTER,REGULATOR,1ST STAGE,2004 EA $1.02 0000100007 Supplied Air Respirators 10051664 BRACKET,MOUNTING,REG.,1STSTAGE,PR14 EA $22.00 0000100007 Supplied Air Respirators 10052364 O-RING,SILICONE RUBBER,70 DURO.,SIZE 007 EA $4.08 0000100007 Supplied Air Respirators 10052365 O-RING,FLUOROSILICONE,DURO.,SIZE 025 EA $7.14 0000100007 Supplied Air Respirators 10052367 O-RING,ETHYLENE PROPYLENE RUBBER,80+/-5 EA $4.08 0000100007 Supplied Air Respirators 10052519 BAND,CYUNDER,FABRIC,VULCAN II,KEVLAR EA $53.00 0000100007 Supplied Air Respirators 10052621 SEAL,CONTAMINATION,15T STAGE REG.,2004 EA $5.10 0000100007 Supplied Air Respirators 10052622 • SCREW,MACHINE,SELF-LOCKING,10-32X3/8 EA $1.02 0000100007 Supplied Air Respirators 10052817 CARRIER ASSEMBLY,AIRFRAME,KEVLAR EA $93.00 0000100007 Supplied Air Respirators 10052818 CARRIER&HARNESS ASSY,VULCAN II,NYLON EA $345.00 0000100007 Supplied Air Respirators 10052819 CARRIER&HARNESS ASSY,VULCAN II,KEVLAR EA $584.00 0000100007 Supplied Air Respirators 10052954 HOSE STRAP,NYLON EA $4.79 0000100007 Supplied Air Respirators 10052955 HOSE STRAP,KEVLAR EA $14.25 0000100007 Supplied Air Respirators 10053229 GAUGE,GAP MEASURING,HIGH PRES,,SIERRS EA $27.00 0000100007 Supplied Air Respirators 10053273 O-RING,FLUOROSILICONERUBBER,70A,SIZE01 EA $1.02 0000100007 Supplied Air Respirators 10053331 HOSE ASSY.,HIGH PRES.,POWERFLOW,26 LG EA $258.00 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-GI.&M7 Parts Sr Effective January 1,2017 Part umbe Descripti•n CI &EOM Product= Hierarchy De cri!stir). 10053426 VALVE ASSY.,PRESSURE REUEF,POWERFLOW EA $85.00'0000103037 Supplied Air Respirators 10053716 PTT,RANGER,MOTOROLA EX560,EX600 EA $976.30 0000100009 Supplied Air Respirators 10053736 REGULATOR ASSY.,1STSTAGE,PR14 EA $676.00 0000100007 Supplied Air Respirators 10054725_ LCD-Cover EA $5.10 0000100007 Supplied Air Respirators 10054998 COVER REPLACEMENT SCBA RESCUE BELT EA $217.00 0000100007 Supplied Air Respirators 10055349 KIT,SUDING,POWERFLOWREG.AIRFRAME EA $19.00 0000100007 Supplied Air Respirators 10055350 KIT,LUMBAR PAD,SWIVELING,AIRFRAME EA $121.00 0000100007 Supplied Air Respirators 10055481 Krr,LUMBARPAD,AIRFRAME EA $146.00 0000100007 Supplied Air Respirators 10055645 SCREW,84X.25LG,SS,PLJSTITE,BLK CHROMATE EA $1.03 0000100009 Supplied Air Respirators 10055648 SCREW,CAPTIVETHUMB,N4-40 X.845 LG,SST EA $7.21 0000103009 Supplied Air Respirators 10055649 SCREW,CAPTIVETHUMB,88-32 X.250 LG,SS EA $9.27 0000100009 Supplied Air Respirators 10055892 BATTERY DOOR ASSY:CLEARCOMMAND EA $21.63 0000100009 Supplied Air Respirators 10055893 CLIP,MOUNTING,LENS RING,CLEARCOMMAND EA $8.24 0000100009 Supplied Air Respirators 10055894 CUP:MOUNTING,HOUSING,CLEARCOMMAND EA $11.33 0000100009 Supplied Air Respirators 10056585 FIREHAWK SOLID REG.COVER UPGRDKIT,C_BRN EA $30.00 0000100007 Supplied Air Respirators 10058236 0-RING,URETHANESIZE 2-007 EA $5.10 0000100007 Supplied Air Respirators 10058513 DUSTCOVER:CLEARCOMMAND EA $1.80 9000100009 Supplied Air Respirators 10058539 TAG WRITER INTERFACE:ICM TX,N AMERICA EA $518.00 0000100907 Supplied Air Respirators 10058545 TAG:ELECTRONICID,ICM TX EA $92.00 0000100007 Supplied Air Respirators 10058780 BLIND RIVET,ALUM.W/STL MANDREL1/8"DIA EA $1.020000100007 Supplied Air Respirators 10059713 WASHER,CURVED,.283 0.0. EA $3.09 0000100009 Supplied Air Respirators 10060571 PIN,COILED,1/8 DIA. X 1-12 LG,ST.STL EA $3.06 0000100007 Supplied Air Respirators 10061147 0-Ring 8,73x1,7870 SH(EPDM) EA $0.31 0000100007 Supplied Air Respirators 10062086 FITTING,NIPPLE,HEXTYPE,2216/3000 P51 EA $31.00 0000100007 Supplied Air Respirators 10062087 FITTING,NIPPLE,HEXTYPE,4500 PSI EA $31.00 0000100007 Supplied Air Respirators 10062088 Krr,UPGRADE,000PUNG NUT/INSERT,2216 EA $41.00 0000100007 Supplied Air Respirators 10062089 KrT,UPGRADE,COUPUNG NUT/INSERT,4500 EA $41.00 0000100007 Supplied Alr Respirators 10062309 TERM:BAT,AA,DUAL,POS/NEG,9-291-BR EA $4.08 0000100007 Supplied Air Respirators 10063880 CABLE:USB A TO USB 8,1.8M,W/FERRITE EA $30.000000109007 Supplied Air Respirators 10065302 0-RING,SIUCONE,SIZE 120,ORANGE K EA $1.02 0000100007 Supplied Air Respirators 10065408 OVERHAUL KIT,FIRST STG REGULATOR,PR14 EA $78:000000100007 Supplied Air Respirators 10065805 VALVE,INHALATION,ADVANTAGE 4000 EA $3.06 0000100007 Supplied Air Respirators 10066867 ADJUSTER ASSY.,CYLINDER BAND,AIRFRAME EA $12.24 0000100007 Supplied Air Respirators 10075662 GAUGE,AIR PRESSURE,0-3000 PSIG EA $86.00 0000100037 Supplied Air Respirators 10075663 MANIFOLD ASSY.,TEST,THREADED,.562-18 EA $121.00 0000100007 Supplied AR Respirators 10078801 VALVE ASSY.,PRES.REUEF,THREAOED EA $52L00 0000100007 Supplied Air Respirators 10082477 0-RING,EPDM,SIZE 026 EAS $4.08 0000100007 Supplied Air Respirators 10082484 INSERT ASSY.,BYPASS,REG.,FIREHAWK RSPNDR EA $19.00 0000100007 Supplied Air Respirators 10082485 SCREEN,BYPASS,REGULATOR,FIREHAWK RSPNDR EA $4.08 0000100007 Supplied Air Respirators 10082489 BYPASS ASSY.,REGULATOR,FIREHAWK RSPNDR. EA $230.00 0000100007 Supplied Air Respirators 10082503 CONNECTOR,DRINKTUBE,UL ELT.,RESPONDER EA $27.00 0000100007 Supplied Air Respirators 10082508 RING,RETAINING,STAINLESS,FREE DIA.0.694 EA $3.060000100007 Supplied Air Respirators 10082517 BREATH.TUBE ASSY,APR,W/OPLUNGER,18" EA $168.00 0003100007 Supplied Air Respirators 10082526 HOSE ASSY.,INTERMEDIATE,FIREHAWK RSPNDR. EA $304.00 0000100007 Supplied Air Respirators 10082527 REGULATOR ASSY,FIREHAWK RESPONDER EA $1,310.00 0000100007 Supplied Air Respirators - 10082548 STRAP,APR,FIREHAWK RESPONDER EA $194.03 0000100007 Supplied Air Respirators 10082555 KIT,FIT TEST,FIREHAWK M7 RESPONDER EA $345.00 0000100007 Supplied Air Respirators 10082852 HOSE ASSY.,W/ORIFICE,26"LG,POWERFLOW EA $374.00 0000100007 Supplied Air Respirators 10082853 HOSE ASSY.,W/ORIFICE,40"LG EA 5167.000000100007 Supplied Air Respirators 10083110 SPEAKING DIAPHRAGM ASSY.,PACKAGED EA $112.00 0000100007 Supplied Air Respirators 10083121 HOSE ASSY,HP,POWERFLOW,25"LONG EA $281.00 0000100007 Supplied Air Respirators 10083875 TAG ASSY,ELECTRONIC ID,M7 EA $38.00 0000100007 Supplied Air Respirators 10083876 TAG WRITER INTERFACE:FIREHAWK M7 EA $512.00 0000100007 Supplied Air Respirators • MSA 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts T•+3arr Effective January 1,2017 • rt itTelv,iku 0=40 s•ia DIEM 11120C9413 "'rte' IaCrE1�+'ry'L7tig1?31,1 IN eT3Aj 10084688 LABEL,IDENTF.,M7 CARRIER&HARNESS EA $37.00 0000100007 Supplied Air Respirators 10084689 ULTRA ELITE,M7,SM,STC,NECKSTRAP EA $533.00 0000100007 Supplied Air Respirators 10084690 ULTRA ELITE,M7,SM,PTC,NECKSTRAP EA $533.00 0000100007 Supplied Air Respirators 10084773 0-RING,VITON,1.114 ID X.O70THK,BLACK EA $2.04 0000100007 Supplied Air Respirators 10084774 0-RING,VITON,1.4871D X.103 THK,BLACK EA $1.02 0000100007 Supplied Air Respirators 10084777 BINDING POST,ALUM., .200 DIA.X.500 L EA $1.02 0000100007 Supplied Air Respirators 10084812 SCREW,1/4-20 X 1/2 LG,SOCKETCAP,SST,BLK EA $1.02 0000100007 Supplied Air Respirators 10084815 LOCKWASHER,1/4"SCREW,INTTOOTH,SSTL EA $1.02 0000100007 Supplied Air Respirators 10084821 FCPCASSY,UE,SPEED-ON,SM,SLIDE,M7 EA $590.00 0000100007 Supplied Air Respirators 10090853 KIT,CARRIER ASSY.,HIGH PRES:,FIREHAWK M7 EA $221.00 0000100007 Supplied Air Respirators 10090907 AUDILARM BELL REPLACEMENT KIT EA $53.00 0000100007 Supplied Air Respirators 10090908 AUDILARM PISTON,REPLACEMENT KIT EA $163.00 0000100007 Supplied Air Respirators 10090909 AUDILARM DUST COVER,REPLACEMENT KIT EA $39.00 0000100007 Supplied Air Respirators 10090910 AUDILARM O-RING,REPLACEMENT KIT,PKG/10 EA $19.00 0000100007 Supplied Air Respirators 10090961 BACK UP RING,REPLACEMENT KIT,PKG/10,M7 EA $8.16 0000100007 Supplied Air Respirators 10090962 0-RING,REPLACEMENT KIT,PKG/10,M7 EA $7.14 0000100007 Supplied Air Respirators 10091435 SPRING CAP&SHIELD,FIREHAWKM72NDSTG EA $49.00 0000100007 Supplied Air Respirators 10091436 SEAL RING,PACK/10,FIREHAWK M72ND STAGE EA $29.00 0000100007 Supplied Air Respirators 10091437 0-RING,25MM ID,PACK/10,FIREHAWK M7 REG. EA $22.00 0000100007 Supplied Air Respirators 10091438 0-RING,.1011D,PACK/10,FIREHAWK M7 REG. EA $18.00 0000100007 Supplied Air Respirators 10091439 BUTTON,SPRING,PACK/10,FIREHAWK M7 REG. EA $16.00 0000100007 Supplied Air Respirators 10091440 0-RING,3/81D,PK/10,FIREHAWKM72NDSTG EA $19.00 0000100007 Supplied Air Respirators 10091446 REPLACEMENT KIT,HUD ASSY,M7 HUD EA $394.00 0000100007 Supplied Air Respirators 10091447 REPLACEMENTKIT,HUDASSY.,W/MTG.BRACKE EA $422.00 0000100007 Supplied Air Respirators 10091448 REPLACEMENT KIT,POWER MODULE ASSY,M7 EA $1,212.00 0000100007 Supplied Air Respirators 10091461 0-RING,.4261D,PK/10,FIREHAWKM72NDSTG EA $26.00 0000100007 Supplied Air Respirators 10092733 ClearCommand LM,Motorola APX/DGP/XPR EA $1,273.44 0000100009 supplied Air Respirators 10093950 KIT,NUT,MACHINE SCREW 1/4-20UNC 2B EA $6.12 0000100007 Supplied Air Respirators 10094012 KIT,O-RING,SIUCONE,SIZE 011 EA $11.22 0000100007 Supplied Air Respirators 10094013 KIT,O-RING,SIUCONE,SIZE 003 EA $14.28 0000100007 Supplied Air Respirators 10094014 KIT,BYPASS ASSY,REG.,FIREHAWK RSPNDR EA $221.00 0000100007 Supplied Air Respirators 10094015 KIT,CAP,BREATHING TUBE,REG.,FIREHAWK M7 EA $11.22 0000100007 Supplied Air Respirators 10094016 KIT,BREATHING TUBE A55Y,18"W/0 PLUNGER EA $129.00 0000100007 Supplied Air Respirators 10094017 KIT,O-RING,EPDM,60 DUROMETER SIZE 032 EA $43.00 0000100007 Supplied Air Respirators 10094019 KIT,SOCKET,BREATHING TUBE,GAS MASK EA $13.26 0000100007 Supplied Air Respirators 10094020 KIT,SNAP RING EA $10.20 0000100007 Supplied Air Respirators 10094021 KIT,BREATHING TUBE ASSY,PAPR,FIREHAWK M7 EA $121.00 0000100007 Supplied Air Respirators 10094022 KIT,CAP/PLUG,RD40 EA $12.24 0000100007 Supplied Air Respirators 10094023 KIT,22"BREATHING TUBE ASSY,W/0 PLUNGER EA $135.00 0000100007 Supplied Air Respirators 10094024 KIT,PAPR,C420 FIREHAWK M7 RSPN.AIRMASK EA $1,275.00 0000100007 Supplied Air Respirators 10094028 ULTRA EUTE RESPONDER,MD,W/UID&COMM EA $1,071.00 0000100007 Supplied Air Respirators 10094029 FCPC ASSY.,SM,W/UID,W/COMM UL ELITE EA $1,071.00 0000100007 Supplied Air Respirators 10094030 ULTRA ELITE RESPONDER,LG,W/UID&COMM EA $1,071.00 0000100007 Supplied Air Respirators 10094974 KIT,RUPTURE DISK,2216 PSI CYLINDER EA $9.18 0000100007 Supplied Air Respirators 10094975 KIT,RUPTURE DISK,3000PSI CYUNDER EA $10.71 0000100007 Supplied Air Respirators 10095079 KIT,COVER ASSY-ULTRA ELITE RESPONDER EA $204.00 0000100007 Supplied Air Respirators 10095324 REPLACEMENT KIT,M7 RESPNDR,MTG.BRACKET EA $71.00 0000100007 Supplied Air Respirators 10096619 REPLACEMENT KIT,APR STRAP,M7 RESPONDER EA $201.00 0000100007 Supplied Air Respirators 10097667 REGULATOR OVERHAUL KIT,FIREHAWK M7 RESP. EA $107.00 0000100007 Supplied Air Respirators 10097845 CYUNDERSTOP,W/OVERMOLD,M7 W/O PASS EA $63.000000100007 Supplied Air Respirators 10098766 KIT,ANTENNA,FIXED MOUNT,ACCTBLTY SYSTEM EA $114.00 0000100007 Supplied Air Respirators 1 10098767 KIT,BASESTATION,W/FIXED MOUNT ANTENNA EA $2,149.00 0000100007 Supplied Air Respirators 10099285 HOSE ASSY.,PR14,EXTEND-AIRE,FIREHAWK EA $55.00 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-G1&M7 Parts Mns Effective January 1,2017 Produ OM is o- De criptlon UOM ffl5Viln =AV ie .rchy Description 10100094 PORTABLE AIR SUPPLY HP W/RESPONDER REG EA $6,423.00 0000100007 Supplied Air Respirators 10100096 PORTABLE AIR SUPPLY LP W/RESPONDER REG EA $3,905.00 0000100007 Supplied Air Respirators 10100097 PORTABLE AIR SUPPLY HPW/RESPONDER REG EA $3,905.000000100007 Supplied Air Respirators 10101852 HOSE ASSY-.2ND STG,BACK-UP,RESC AIRE II EA $403.000000100007 Supplied Air Respirators 10102480 HOSEASSY,IP,FIREHAWK,PC ESC RESP. EA $211.00 0000100007 Supplied Air Respirators 10111404 REPLACEMENT KIT,EXTEND.II,POUCH EA $237.00 0000100005 Supplied Air Respirators 10111835 BYPASS HOUSING,ASSEMBLY,KIT EA $106.00'0000100005 Supplied Air Respirators 10113027 CASE(MODIFIED),CARRYING EA $362.00 0000100005 Supplied Air Respirators 10115867 FDCTURE,TORQUE,FRONT PRT 10-341 COUPLING EA $1,565.000000100005 Supplied Air Respirators 10118503 REPLACEMENT KIT,RESCUE BELTII,BUCKLE EA $39.00 0000100007 Supplied Air Respirators 10118505 REPLACEMENT KIT,RB II,10/15 FT LABELS EA $26.00 0000100007 Supplied Air Respirators 10118506 •REPLACEMENT KIT,RB II,RELEASEABLE KNOT EA $26.00 0000100007 Supplied Air Respirators 10118507 REPLACEMENT KIT,RB II,LUMBAR ATTCH,M7 EA • $42;000000100007 Supplied Air Respirators 10118508 REPLACEMENT KIT,RB II,LUMBAR ATTCH,AH II EA $42.00 0000100007 Supplied Air Respirators 10118509 REPLACEMENT KIT,RB II,WAIST BELT EXT EA $70.09 0000100007 Supplied Air Respirators 10118510 REPLACEMENT KIT,Rs II,RIGHT STRAP EA $93.00 0000100007 Supplied Air Respirators 10118511 REPLACEMENT KIT,RB II,LEFT STRAP EA $93.00.0000100007 Supplied Air Respirators 10118512 REPLACEMENT KIT,RB II,LUMBAR PAD EA $499.00 0000100007 Supplied Air Respirators 10118513 REPLACEMENT KIT,RB II,WAIST BELT EA $147.000000100007 Supplied Air Respirators 10118518 REPLACEMNTKIT,RBII,ROPE,ARMD/NYLON,50' EA $390.00 0000100007 Supplied Air Respirators 10118520 REPLACEMNT KIT,RBII,ROPE,ARAMID/NYL,SO EA $233.00 0000100007 Supplied Air Respirators 10118522 REPLACMNT KIT,RB II,DESCENDER ASSY. EA $272.00 0000100007 Supplied Air Respirators 10119369 ROPE,50',ARAMID/NYL,HOOK,M7 EA $1,485.00 0000100007 Supplied Air Respirators 10119370 ROPE,50',ARAMID/NYL,CARAB,M7 EA $1,364.00 0000100007 Supplied Air Respirators 10119391 ROPE,50',ARAMID,HOOK,M7 EA $1,621.000000100007 Supplied Air Respirators 10119392 ROPE,50',ARAMID,CARAB.,M7 EA $1,512.00 0000100007 Supplied Air Respirators 10119393 ROPES0',ARAMID/NYL,HOOK,AH II EA $1,485.00 0000100007 Supplied Air Respirators 10119394 ROPE,50',ARAMID/NYL,CARAB,AH II EA $1,312.00 0000100007 Supplied Air Respirators 10119395 ROPE,50',ARAMID,HOOK,AH II EA $1,621.00 0000100007 Supplied Air Respirators 10119396 ROPE,50',ARAMID,CARAB,AH II EA $1,512.00 0000100007 Supplied Air Respirators 10119415 MOUNT,REGULATOR,FIREHAWK,RESCUE BELT II EA $55.00 0000100007 Supplied Air Respirators 10120214 KIT,REPLACEMENT,CARABINER,RES.BELT II EA $47.000000100007 Supplied Air Respirators 10120371 KIT,REPLACEMENT,MOUNT,REG.,RSC.BELT II EA $64.00 0000100007 Supplied Air Respirators 10120423 TOOL KIT,MMR SCBA,MAINTENANCE EA $1,037.00 0000100007 Supplied Air Respirators 10120424 T00L,O-RINGSIZE 007;DEPTH.08,POWERFLOW EA $52.00 0000100007 Supplied Air Respirators 10120425 TOOL,O-RING,SIZE 010,DEPTH.55,POWERFLOW EA $52.00 0000100007 Supplied Air Respirators 10120426 T0040-RING,SIZE 007,DEPTH.33,POWERFLOW EA $52.09 0000100007 Supplied Air Respirators 10120427 TOOL KIT,M7 SCBA,MAINTENANCE EA $642.00 0000100007 Supplied Air Respirators ` 10120428 TOOL KIT,M7 RESPONDER SCBA,MAINTENANCE EA $901.00 0000100007 Supplied Air Respirators 10120808 HANDWHEEL,OVERMOLDEO,AUDILARM,2216 PSI EA $30.00 0000100007 Supplied Air Respirators 10121662 STRAP,PULL,RIGHT SIDE,AIRHAWK,NYLON,83" EA $135.09 0000100007 Supplied Air Respirators 10121707 KIT,PRESSURE GAUGE&TX,4500 PSIG EA $796.00 0000100007 Supplied Air Respirators 10124808 SCREW,RETAINING,0-RING EA $3.06 0000100007 Supplied Air Respirators 10125472 EXTENDER,WAIST BELT,INDUSTRIAL,NYLON EA $102.000000100007 Supplied Air Respirators 10125584 EXTENDER,WAIST BELT,INOUSTRIAL,KEVLAR EA $102.00 0000100007 Supplied Air Respirators 10125781 HOSE ASSY,ELBOWED,SWIVEL,SUIT,18" EA ' $1,038.00 0000100007 Supplied Air Respirators 10125954 PLUG,HIGH PRESSURE,PR14 EA $21.00 0000100007 Supplied Air Respirators 10144230 SPECTACLE KIT,Cl FACEPIECE EA $125.00 0000100018 Supplied Air Respirators 10144918 Striker,Audilarm,2013,NFPA EA $19.00 0000100005 Supplied Air Respirators , 10145055 Gauge,2216/3000 PSIG,Replacment Kit EA $83.00 0000100007 Supplied Air Respirators , 10145056 Gauge,4500 PSIG,Replacment Kit EA $83.00 0000100007 Supplied Air Respirators 10145198 Assy,ByPass HSG,One Piece,MMR,FireHawk EA $43.00 0000100005 Supplied Air Respirators 10148232 FITTING,NIPPLE,HEXTYPE,4500 PSI EA $14.25 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-61&M7 Parts 5 Effective January 1,2017 112.1a"127Rt.:Lt'Xi n ro LkQ#L1icdt Q i Gini +1;iZEBOYWIA 10148740 Battery Pack Assembly,Alkaline,61 EA $218.00 0000100019 Supplied Air Respirators 10149560 Torque Tool,61 Facepiece EA $4.08 0000100018 Supplied Air Respirators 10149701 Adapter,Quick Connect,2216/3000 EA $62.00 0000100007 Supplied Air Respirators 10153540 Latch,Super,Kit,Package of 2 EA $21.00 0000100007 Supplied Air Respirators 10153551 Latch,Super,Kit,Package of 10 EA $36.00 0000100007 Supplied Air Respirators 10156458 Facepiece,61,FS,SM,SM NC,4PT C-HARN EA $392.00 0000100005 Supplied Air Respirators 10156459 Facepiece,61,FS,MD,MD NC,4PT C-HARN EA $392.00 0000100005 Supplied Air Respirators 10156460 Facepiece,61,FS,LG,LG NC,4PT C-HARN EA $392.00,0000100005 Supplied Air Respirators 10156462 Facepiece,GS,FS,MD,MD NC,SPT Rubber EA $371.00 0000100005 Supplied Air Respirators 10156464 Kit,ExtendAire II,G1 EA $714.00 0000100007 Supplied Air Respirators 10156465 Kit,Remote Quick-Fill,61 SCBA EA $650.00 0000100007 Supplied Air Respirators 10156468 Kit,Quick-Fill,61,Right EA $750.00 0000100007 Supplied Air Respirators 10157254 NIPPLE ASSY,QUICK DISCONNECT,SP-1 EA $54.00 0000100007 Supplied Air Respirators 10157428 KIT,HIGH TEMP TUFF LENS,ULTRA ELITE EA $149.00 0000100005 Supplied Air Respirators 10157429 Kit,High Temp Clear Lens,Ultra Elite EA $143.00 0000100005 Supplied Air Respirators 10157433 Airline Adaptor,Less QD,Extendaire II, EA $267.00 0000100007 Supplied Air Respirators 10157434 Airline AdaptorSnap-Tite AL,ExtAire II EA $288.00 0000100007 Supplied Air Respirators 10157435 Airline Adaptor,Snap-Tite SST,ExtAire I EA $358.00 0000100007 Supplied Air Respirators 10157436 Airline Adaptor,Snap-Tite SST,ExtAirell EA 5288.00 0000100007 Supplied Air Respirators 10157437 Airline Adaptor,Hansen 551',ExtAire II EA $358.00 0000100007 Supplied Air Respirators 10157438 Airline Adaptor,Hansen,Brass,ExtAirell EA $288.000000100007 Supplied Air Respirators 10157439 Airline Adaptor,Foster ST,ExtAire 11,61 EA $288.000000100007 Supplied Air Respirators 10157440 Airline Adaptor,Foster SST,ExtAire II EA $358.00 0000100007 Supplied Air Respirators 10157441 Airline Adaptor,Foster Brass,ExtAire II EA $358.00 0000100007 Supplied Air Respirators 10157442 Airline Adaptor,ST,Lock,AL ExtAire Il EA $486.00 0000100007 Supplied Air Respirators 10157443 Airline Adaptor,ST,Lock,SST,ExtAirell EA $486.00 0000100007 Supplied Air Respirators 10157444 Airline Adaptor,5T,Lock,Brass,ExtAlre II EA $486.00 0000100007 Supplied Air Respirators 10157445 Airline Adaptor,Foster,Lock,SST,ExtAire EA $358.00 0000100007 Supplied Air Respirators 10157446 Airline Adaptor,Ceijn,Lock,ExtAire II EA $358.00 0000100007 Supplied Air Respirators 10158385 KIT,CHARGING STATION,61 EA $624.00 0000100019 Supplied Air Respirators 10158389 KIT,RETAINER,CYL VALVE,TYPE 2 EA $55.00 0000100007 Supplied Air Respirators 10158390 KIT,RETAINER,CYL VALVE,TYPE 3 EA $55.00 0000100007 Supplied Air Respirators 10158401 KIT,RETAINER,CYL VALVE,TYPE EA $55.00 0000100007 Supplied Air Respirators 10158402 KIT,RETAINER,CYL VALVE,TYPE 5 EA $56.00 0000100007 Supplied Air Respirators 10158407 Kit,RFID Reader/Writer,G1 EA $624.00 0000100019 Supplied Air Respirators 10160594 Cartridge Assembly,Rd40 Thread,GMEP100 EA $47.00 0000100005 Supplied Air Respirators 10161130 Rescueaire II,HP,4500,61,with cy EA $5,712.00 0000100007 Supplied Air Respirators 10161141 Rescueaire II,HP,2216,61,with cy EA $5,406.00 0000100007 Supplied Air Respirators 10161142 Rescueaire II,HP,4500,61,without cy EA $4,029.00 0000100007 Supplied Air Respirators 10161143 Rescueaire II,HP,2216,61,without cy EA $4,029.00 0000100007 Supplied Air Respirators 10161144 Audilarm,4500 PSI 33%Alarm,wout FD17 EA $638.00 0000100007 Supplied Air Respirators 10161145 Audilarm,2216 PSI 33%Alarm,wout FD17 EA $638.00 0000100007 Supplied Air Respirators 10161148 HOSE,HIGH PRESSURE,36.00" EA $168.00 0000100007 Supplied Air Respirators 10161149 HOSE ASSY.INTMD PRES,RESC AIRE II w/G1 EA $384.00 0000100007 Supplied Air Respirators 10161386 Carrier,RescueAire II,Kevlar EA $408.00 0000100007 Supplied Air Respirators 10161579 Kit,Rtnr,Cyl Vivi T4,2216 Cyl Valve EA $515.00 0000100007 Supplied Air Respirators 10161581 Kit,Rtnr,Cyl Vlv,12,4500 Cyl Valve EA $515.000000100007 Supplied Air Respirators 10161582 Kit,Rtnr,Cyl VII.,T3,4500 Cyl Valve EA $515.00 0000100007 Supplied Air Respirators 10161583 Kit,Rtnr,Cyl VIv,T4,4500Cyl Valve EA $515.00 0000100007 Supplied Air Respirators 10161584 Kit,Rtnr,Cyl Vlv,13,4500 Cyl Valve EA 5515.00 0000100007 Supplied Air Respirators 10161585 Kit,Retainer,Cylinder Bumper,61 EA $50.00 0000100007 Supplied Air Respirators 10161586 Kit,Retainer,Screws,61 EA $42.00 0000100007 Supplied Air Respirators 10161724 Coupler Assy,Quick Disconnect,RR EA $113.00 0000100007 Supplied Air Respirators • MSA 2017 Pinnacle Plus- Suggested List Price-GI&M7 Parts m"w'r�'^"+ Effective January 1,2017 l if^IcI1itT:T Description (?tT'3 IMOD Pel H era chy D-sci pt on alNEfe 10161809 'Fcpc,61,FS,SM,SM NC,4PTC-HARN,C-NS EA $412.000000100005 Supplied Air Respirators 10161810 Fcpc,Cl,FS,MD,MD NC,4PTC-HARN,C-NS EA $412.00 0000100005 Supplied Air Respirators 10161811 Fcpc,61,FS,LG,LG NC,4PTC-HARN,C-N5 EA $412.00 0000100005 .Supplied Air Respirators 10161812 Facepiece,61,F5,5M,SM NC,SPT C-HARN EA $392.00 0000100005 Supplied Air Respirators 10161813 Faceplece,61,FS,MD,MD NC,5PTC-HARN EA $392.00 0000100005 Supplied Air Respirators 10161814 Faceplece,01,FS,LG,LG NC,SPI C-HARN • EA $392.00 0000100005 Supplied Air Respirators 10161815 Fcpc,GI,FS,SM,SM NC,SPTC-HARN,C-N5 EA $412_000000100005 Supplied Air Respirators 10161816 Fcpc,Cl,FS,MD,MO NC,SPF C-HARN,C-NS EA $412.00 0000100005 Supplied Air Respirators 10161817 i Fcpc,61,FS,LG,LG NC,SPT C-HARN,C-N5 EA $412.00 0000100005 Supplied Air Respirators 10162400 Manifold Assy,Test,61,Quick Connect EA $260.000000100007 Supplied Air Respirators 10162403 Adapter Asry,QC to 1/4 NPT F,5000 psig EA $450.00 0000100007 Supplied Air Respirators 10162486 KIT,SWIVEL LUMBAR ASSY.,G1 EA $63.00 0000100007 Supplied Air Respirators 10162487 KIT,ADJUSTABLE LUMBAR ASSY.,G1 EA $78.00 0000100007 Supplied Air Respirators 10162809 Adhesive,Thread Locker,Loctite,4220 ML $62.090000100007 Supplied Air Respirators 10162839 0-ring„REM,75D,8mm M 1.57m,Green EA $5.200000100050 SuppliedAir Respiraiers 10163329 Regulator,G1,Elek,NIpple,Purge,Byps,CBRN EA $1,030.000000100060 Supplied Air Respirators 10163330 Regulator,G1,Elek,Nipple,Solid,Byps,CBRN EA $1,030.00 0000100060 Supplied Air Respirators 10163455 sim to 479586Manlfcld Assyw/FAR Claus EA $1,304.00'0000100007 Supplied Air Respirators ' 10163472 Hase Assy,MP,Flaw Test,61 EA 5357.00 000016007 Supplied Air Respirators 10163923 OVERHAUL KIT,GI,.REG.,CBRN,ELEK EA $209.000000100060 Supplied Air Respirators 10163924 KIT,OVERHAUL,61,PRESSURE REDUCER EA $7830 0000100007 Supplied Air Respirators 10163925 KIT,OVERHAUL,61,BELL ALARM,2216 EA $104.00 0000100007 Supplied Air Respirators 10163926 KIT,OVERHAUL,G3,BELL ALARM,4500 EA $123.000000100007 Supplied Alr Respirators 10164447 KIT,REPAIR TOOLS,61,BASIC EA $2,698.000000100007 Supplied Air Respirators 10164448 KIT,REPAIR TOOLS,GI,DELUXE EA $4,794.000000100007 Supplied Air Respirators 10164450 TONGUE,BUCKLE,SLOTTED,TETHERED EA $27.00 0000100007 Supplied Air Respirators 10164568 TORX SOFT FINISH DRIVER T10 K 80MM EA $18.00 0000100007 Supplied Alr Respirators 10164569 TORX SOFT FINISH DRIVER T15 X e0MM EA $19.00 0000100007 Supplied Air Respirators 10164570 TORR SOFT FINISH DRIVER T20 X 100MM EA $21.00 0000100007 Supplied Air Respirators 10164581 TORX SOFT FINISH DRIVERT40 X 130MM EA $31.00 0000100007 Supplied Air Respirators 10164582 CROWFOOT24MM X3/8 IN DRIVE HT-8MM EA $122.00 0000100007 Supplied Air Respirators 10164583 CROWFOOT 13/16 X 3/8 IN DRIVE EA $70.000000100007 Supplied Air Respirators 10164584 WRENCH,OPEN-END,7/16 EA $57.00 0000100007 Supplied Air Respirators 10164585 SOCKET HEX DEEP WELL 7/8X3/B DRIVE EA $31.00 0000100007 Supplied Air Respirators 10164586 SOCKET HEX DEEP WELL 1 X 3/8 DRIVE EA $43.00 0000100007 Supplied Air Respirators 10164587 SOCKET HEX DEEP WELL 11/16 X 3/8 DRIVE FA $24.00 0000100007 Supplied Air Respirators 10164588 SOCKET HEX DEEP WELL 9/16 X3/8 DRIVE EA $23.000000100007 Supplied Air Respirators 10164589 SOCKET HEX DEEP WELL 14MM X 3/8 DRIVE EA $34.00 9000100007 Supplied Air Respirators 10164590 SOCKET HEX DEEP WELL 3/8 X 3/8 DRIVE EA $36.00 0000100007 Supplied Air Respirators 10164591 SOCKET HEX 13MMX 1/4 DRIVE EA $24.00 0000100007 Supplied Air Respirators 10164592 SOCKET HEX 8FT DEEPWELL44MM X 3/8 DRIVE EA $63.00 0000100007 Supplied Air Respirators 10164593 CROWFOOT 46MM X 3/8 IN DRIVE EA $99.00 0690100007 Supplied Air Respirators .10164594 CS TORQUE CABLE KEY EA $220.00 0000100007 Supplied Air Respirators 10164595 CS TORQUE SCREWDRIVER _ EA $611.000000100007 Supplied Air Respirators 10164596 TOOL,ACTIVATOR ADJUSTMENT,ALARM 61 EA $57.00 0000100007 Supplied Air Respirators 10164597 PUNCH DRIVE PIN 2MM DIAMETER EA $31.00 0000100007 Supplied Air Respirators 10164598 3K ERFO BALL END HEX DRIVER 2.0 X 100MM EA $32.00 0000100007 Supplied Air Respirators 10164599 PINCER,CLAMP,STRAIGHT JAW EA $105.00 0000100007 Supplied Air.Respirators 10164600 WRENCH,SOCKET,8 IN T-HANDLE,3/8 DRIVE EA $88.000000100007 Supplied Air Respirators 10164691 WRENCH,SOCKET,7 IN X 1/4 DRIVE EA 549.03 0000100007 Supplied Alr Respirators 10164602 PLIERS,SNAP RING,ADJUSTABLE,90 DEGREE EA $88.00 0000100007 Supplied Air Respirators 10164605 EXTENSION,SOCKET,3 INCH X 3/8 DRIVE EA '534.00 0000100007 Supplied Air Respirators 10164606 EXTENSION,SOCKET,3 INCH X 1/4 DRIVE EA $32.00 0000100007 Supplied Alr Respirators MSA 2017 Pinnacle Plus- Suggested List Price-G1&M7 Parts 'sry"ram/or Effective January 1,2017 alt lithe 0 • p 08 r l f ab3McD -od,ct 1f ._ , L.TWA/ I,l>tT0 10164791 VALVE ASSY,61 REGULATOR,10159327 EA $285.00 0000100060 Supplied Air Respirators 10164843 Reg,G1 RAII,Nonelek,Purg,Bypass,CBRN EA $814.00 0000100007 Supplied Air Respirators 10164892 HOUSING ASSY,61 REG,ELEK,CORN EA $76.00 0000100060 Supplied Air Respirators 10164893 HOUSING ASSY,61 REG,NO ELEK,CBRN EA $76.00 0000100060 Supplied Air Respirators 10164894 HOUSING ASSY,61 REG,NO ELEK EA $76.00 0000100060 Supplied Air Respirators 10164940 KIT,REPAIR TOOLS,61,CUSTOM EA $1,475.00 0000100007 Supplied Air Respirators 10165182 ADAPTER,SOCKET FOR 1/4 DRIVE X 3/8 KM' EA $28.00 0000100007 Supplied Air Respirators 10165265 CRADLE ASSY,2216 METAL BAND,61 CARRIER EA $280.00 0000100007 Supplied Air Respirators 10165266 CRADLE ASSY,4500 METAL BAND,G1 CARRIER EA $280.00 0000100007 Supplied Air Respirators 10165267 CRADLE ASSY,5500 METAL BAND,61 CARRIER EA $280.00 0000100007 Supplied Air Respirators 10165336 KIT,CONVERSION,REG,RESCUEAIRE 1161 EA $765.00 0000100007 Supplied Air Respirators 10165383 Extendalre II Hose/Manifold Assy.,61 EA $520.00 0000100007 Supplied Air Respirators 10165475 Dust Cover,EMendAire 11,61 EA $9.69 0000100007 Supplied Air Respirators 10166331 MANIFOLD ASSY,TEST,61,EXTEND-AIRE EA $162.000000100007 Supplied Air Respirators 10169017 Hose Assy QF 6'Long EA $560.00 0000100007 Supplied Air Respirators 10169245 RIT Bag,with Shoulder Strap EA $547.00 0000100007 Supplied Air Respirators 10169354 Hose Assembly,4500 P516,61 RIT System EA $620.00 0000100007 Supplied Air Respirators 10169710 RIT SYS,G1,QF,FD17,Gauge,FCPC,Reg,2216 EA $5,158.00 0000100007 Supplied Air Respirators 10169711 RITSYS,G1,QF,FD17,Gauge,FCPC,Reg,4500 EA $5,158.00 0000100007 Supplied Air Respirators 10169712 RIT System,G1,QF,FD17,Gauge,2216?SIG EA $4,008.00 0000100007 Supplied Air Respirators 10169713 RIT System,G1,QF,F017,Gauge,4500 P516 EA $4,008.00 0000100007 Supplied Air Respirators 10169714 RITSystem,G1,Qulck-FIII,FD17,2216 PSIG EA $3,699.00 0000100007 Supplied Air Respirators 10169715 RITSystem,G1,Quick-Fill,FD17,4500 PSIG EA $3,699.00 0000100007 Supplied Air Respirators 10169716 RD System,G1,Quick-Fill,2216 P516 EA $3,531.00 0000100007 -Supplied Air Respirators 10169717 RIT System,G1,Quick-Fill,4500 PSIG EA $3,531.00 0000100007 Supplied Air Respirators 10170124 Bag,RFT,Search Ropew/Shoulder Strap EA $143.00 0000100007 Supplied Air Respirators 10171970 Rope,w/snaphook,100 FT.,GI RIT System EA $372.00 0000100007 Supplied Air Respirators 10172011 Rope,w/snaphook,200 FT.,61 RFT System EA $607.00 0000100007 Supplied Air Respirators 10172885 ADAPTER,QC COUPLING TO 1/41'NPT MALE EA $27.00 0000100007 Supplied Air Respirators 10173122 Replacement Kit,CUP,LUMBAR ATTACHMENT EA $18.000000100007 Supplied Air Respirators 10175427 RIT SYSTEM,G1,W/SPECIAL C/W CYUNDER EA $12,954.00 0000100007 Supplied Air Respirators 10175706 CYLVLV QC G1 RC 2216 P516 45CF PKGD EA $1,367.00 0000100005 Supplied Air Respirators 10175707 CYL VLV QC 61 RC 4500 P516 45CF PK613 EA $1,137.00 0000100005 Supplied Air Respirators 10175708 CYLVLV QC GS RC 4500 PSIG 66CF LP PKGD EA $1,477.00 0000100005 Supplied Air Respirators 10175709 CYLVLV QC GS RC 4500 PSIG 66CF PKGD EA $1,477.000000100005 Supplied Air Respirators 10175710 CYL VLV QC G1 RC 4500 PSIG 88CF PKGD EA $1,816.00 0000100005 Supplied Air Respirators 10175711 CYL VLV QC G1 RC 2216 45CF L/AIR PKGD EA $1,392.00 0000100005 Supplied Air Respirators 10175712 CYL VLV QC G1 RC450045CF LAIR PKGD EA $1,178.00 0000100005 Supplied Air Respirators 10175713 CYL VLV QC 61 RC4500 66CF LP L/AIR PKGD EA $1,518.00 0000100005 Supplied Air Respirators 10175714 CYLVLV QC 61 RC 450066CF L/AIR PKGD EA $1,518.00 0000100005 Supplied Air Respirators 10175715 CYLVLV QC 61 RC 450088CF L/AIR PKGD EA $1,856.00 0000100005 Supplied Air Respirators 10026846-SP AirMaM Cylinder buckle,Spare EA $30.00 0000100005 Supplied Air Respirators 10026847-SP Cylinder buckle slider AirMaXX,10 pcs EA $30.00 0000100005 Supplied Air Respirators 10027737-SP Spring PD EUAutoMaXX EA $19.00 0000100060 Supplied Air Respirators 10041631-SP 0-Ring,3x1,5,10piecellSpare part PO $3.75 0000100005 Supplied Air Respirators 10075131-SP Gasket 16x20x1,5,Spare(10x) PKG $78.00 0000100005 Supplied Air Respirators 10082499-SP 0-RING,SILICONE,SIZE 008,ORANGE EA $25.00 0000100050 Supplied Air Respirators 10129107-SP TuffLens,Ultra Elite,Pkg 1 EA $160.00 0000100005 Supplied Air Respirators 10144174-SP Exhalation Valve Assy,61 Facepiece EA $24.00 0000100018 Supplied Air Respirators 10144177-SP Retainer,Exhalation Valve,GI Facepiece EA $19.00 0000100018 Supplied Air Respirators 10144179-SP Spring,Exhalation Valve,61 Facepiece EA $1.43 0000100018 Supplied Air Respirators 10144180-SP Lightpipe Assy, left,61 Facepiece EA $22.00 0000100018 Supplied Air Respirators 10144184-SP Component Hsg Assy,61 Facepiece EA $99.00 0000100018 Supplied Air Respirators . MSA . 2017 Pinnacle Plus- Suggested list Price-r,1&M7 Parts ...,...„0„, Effective January 1,2017 Prod et GrildiThar0' c • 'w.I 1(,'t31 I mem yDescriptio 10144187-SP Cover,Component Hsg,61 Facepiece EA $4.420003100018 'Supplied Air Respirators 10144192-SP Inlet Valve,61 Facepiece EA $23.00 0000100018 Supplied Air Respirators 10144193-SP Inlet Valve Seat,r,1 Faceplece EA $13.870000100018 Supplied Air Respirators 10144194-SP Lens,91.Facepiece EA $162.00 0000100018 Supplied Air Respirators 10144195-SP Lens Ring,Upper,61 Facepiece EA $16.00 0000100018 Supplied Air Respirators 10144196-SP Lens Ring,Lower,61 Facepiece EA $21.00 0000100018 Supplied Air Respirators ' 10144197-SP Component Housing w/RFID,61 Facepiece EA $45000000100018 Supplied Air Respirators 10144204-SP lightpipe Assy,Right,GS Facepiece EA $22.09 0000100018 Supplied Air Respirators 10144207-SP Inhalation Valve,61 Facepiece EA $17.00 0000100018 Supplied Air Respirators 10144208-SP Retainer,Inhalation Valve,Cl Facepiece EA $21.00 0000100018 Supplied Air Respirators 10144209-5P Speech Diaphragm Assy,61 Facepiece EA $19.00'0000100018 Supplied Air Respirators 10144213-5P Screw Ring,61 Facepiece EA $20.000000100018 Supplied Air Respirators 10144214-SF Head Harness,61 Facepiece,Rubber EA $51.00 0000100018 Supplied Air Respirators 101442153P Head Harness,61 Facepiece,Kevlar,4pt EA $127.00 0000100018 Supplied Air Respirators 10144216-5P Head Harness,61 Facepiece,Kevlar,spt EA $127.00 0000100018 Supplied Air Respirators 10144217-SP Buckle,Head Harness,G1 Facepiece EA $20.00 0000100018 Supplied Air Respirators 10144219-SP Button,Head Harness,61,Facepiece,91k EA $23.00 0000100018 Supplied Air Respirators 10144220-5P NECKSTRAP ASSY,CLOTH,61 FACE-PIECE EA $44.00 0000100018 Supplied Air Respirators 10144221-SP Saew,Socket Pan Head,Torx Plus EA $21.00 0000100018 Supplied Air Respirators 10144222-SP Clamp,Component Hsg,91 Facepiece EA $23.00 0000100018 Supplied Air Respirators 10144231-SP Kit,Filter Adapter Assy,61 Facepiece EA $113.00 0000100018 supplied Air Respirators 10144232-SP 0-Ring 47,29x2,62,Si,70 Shore,green EA $20.00 0000100018 Supplied Air Respirators 10144233-SP Screw,EIOT Delta PT WN 5451,30x8 black EA $19.000000100018 Supplied Air Respirators 10144234-SP Button,Head Harness,61,Faceplece,Grn EA $23.00 0000100018 Supplied Air Respirators 1014423S-SP Button,Head Harness,61,Facepiece,Gray EA $23.00 0000100018 Supplied Air Respirators 10144966-SP Boot,Rubber,61 Control Module EA $24.00 0000100019 Supplied Air Respirators 10146190-SP Cover,61 Regulator,Non-Purge EA $14.50 0000100050 Supplied Air Respirators 10146212-SF Cover,61 Regulator,Purge EA $14.50 0000100060 Supplied Air.Respirators 10146225-SP Plug,61 Regulator EA $11.44 0000100060 Supplied Air Respirators 10146227-SP Fork,61 Regulator EA $10.50 0000100060 Supplied Air Respirators 10146229-SP Retainer,Spring,G1 Regutator EA $17.000000100060 Supplied Air Respirators 10146237-SR Spring,Button,61 Regulator EA $10.50 0000100060 Supplied Air Respirators 10146238-SP Gasket Seal,Ring,61 Regulator EA $23.00 0000100060 Supplied Air Respirators 10146240-SP Cone,Adjuster,61 Regulator EA $1700 0000100060 Supplied Air Respirators 10146251-SP Cap,Swivel,61 Regulator,Electronic EA $10.50 0000100060 Supplied Air Respirators 10146252-SP Knob,G1 Regulator,Electronic EA $1030 0000100060 Supplied Air Respirators 10146253-SP Retainer,Nut,Knob,61 Regulator EA $13.50 0000100060 Supplied Air Respirators 10146258-SP Bypass Assembly,61 Regulator EA $44.00 0090100060 Supplied Air Respirators 10146862-SP Rail,Cradle,61 Carrier EA $12.48 0000100007 Supplied Air Respirators 10146864-SP Screw,Machine,M4x8 EA $5.20 0000100007 Supplied Air Respirators 10146874,5P Cradle,Metal Band,61 Carrier EA $22.00 0000100007 Supplied Air Respirators 10146876-SP Quad-Ring,2-005,Silicone,70A EA $15.00 00001 07 Supplied Air Respirators 10146877-SP Pin,Spring,Metal Band,61 Carrier EA $21.00 0000100007 Supplied Air Respirators 10146881-5P Spring,Stainless Steel EA $26.00 0000100007 Supplied Air Respirators 10146885-SP Band,Cylinder,61 Carrier,Metal EA $69.00 0000100007 Supplied Air Respirators 1014 6 8 86-SP Spring,Latch Cradle,61 Carrier,Left EA $14.56 0000100007 Supplied Air Respirators 10146887-SP Spring,latch Cradle,GS Carrier,Right EA $14.56 0000100007 Supplied Air Respirators 10146888-SP Bushing,Spring,Metal Band,G3 Carrier EA $14.56 0000100007 Supplied Air Respirators ' I0146891-SP Tab Assy.,Adjusting,G1 Carrier EA $14.56'0000100007 Supplied Air Respirators • 10146892-SP Cover,Lower,61 Carrier EA $36.00 0000100007 Supplied Air Respirators 10146894-SP Bumper,Backplate,61 Carrier,Rubber EA $24.00 0000100007 Supplied Air Respirators 10146895-SP Swivel Lumbar Assy,61 Carrier EA 554.00 0600100007 Supplied Air Respirators 10146896-SP Screw,Machine,Lower-Cover EA $17.00 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-Gl&M7 Parts M5 Effective January 1,2017 f rai?tbaltrr, Des i. ISD a^ . LCFOPtte G LBCrcIC$8714lal r :?a 10146907-SP Cover,Lower,G1 Carrier,DirConn,EleK EA $38.00 000010000? Supplied Air Respirators 10146908-SP Cover,Lower,61 Carrier,DirConn,Pneu EA $27.00 0000100007 Supplied Air Respirators 10146910-SP Saddle,Cradle,Fabric Band,61 Carrier EA $59.00 0000100007 Supplied Air Respirators 10146914-SP Bracket,Lumbar Pad,Fixed,61 Carrier EA $23.00 0000100007 Supplied Air Respirators 10146915-SP Hub,Lumbar Pad,61 Carrier EA $26.00 0000100007 Supplied Air Respirators 10146916-SP Plate,Lumbar Pad,G1 Carrier EA $16.00 0000100007 Supplied Air Respirators 10146917-SP Drawbar,Lumbar Pad,61 Carrier EA $12.48 0000100007 Supplied Air Respirators 10146918-SP Shuttle,Battery Retention,61 Carrier EA $13.52 0000100007 Supplied Air Respirators 10146920-SP Rail,Left,Adj Lumbar Pad,61 Carrier EA $17.00 0000100007 Supplied Air Respirators 10146921-SP Rail,Right,Adj Lumbar Pad,61 Carrier EA $17.00 0000100007 Supplied Air Respirators 10146925-SP Keeper,61 Regulator EA $16.00 0000100007 Supplied Air Respirators 10148686-SP Power Module,G1,RC,4500 EA $2,687.00 0000100019 Supplied Air Respirators 10148687-SP Power Module,G1,RC,w/relemetry,4500 EA $3,197.000000100019 Supplied Air Respirators 10148711-SP Lens,Coated,Ultra Elite EA $135.00 0000100005 Supplied Air Respirators 10148734-SP Cover,Left,Remote Connect,61 PM EA $27.00 0000100019 Supplied Air Respirators 10148735-SP Cover,Left,Direct Connect,G1 PM EA $24.00 0000100019 Supplied Air Respirators 10148736-SP Cover,Right,G1Power Module EA $27.00 0000100019 Supplied Air Respirators 10148740-SP Battery Pack,61,Alkaline EA $271.00 0000100019 Supplied Alr Respirators 10148741-SP Battery Pack,61,Rechargeable EA $343.00 0000100019 Supplied Air Respirators 10148743-SP Lid Assy,Captive,Battery Pack,G1SCBA EA $69.00 0000100019 .Supplied Air Respirators 10148745-SP 0-Ring,Won,2-120,70A EA $12.48 0000100019 Supplied Air Respirators 10148760-SP Speaker Module,61 EA $495.72 0000100009 Supplied Air Respirators 10148761-SP Bale,Wire,61 Speaker Module EA $2.30 0000100009 Supplied Air Respirators 10149509-SP Cap;61 Reducer,Aluminum,Anodized EA $169.00 0000100007 Supplied Air Respirators 10149533-SP Band Assy,Cylinder,61 Carrier EA $44.00 0000100007 Supplied Air Respirators 10149534-SP Latch Assy,GI Carrier EA $113.00 0000100007 Supplied Air Respirators 10149535-SP SHOULDER STRAPS,STD,RIGHT,61 EA $230.00 0000100007 Supplied Air Respirators 10149536-SP SHOULDER STRAPS,STD,LEFT,61 EA $230.00 0000100007 Supplied Air Respirators 10149537-SP Lumbar Pad Assy,Swivel,61 EA $386.00 0000100007 Supplied Air Respirators 10149538-SP Carriage Assy,Adj Lumbar,61 Carrier EA $26.00 0000100007 Supplied Air Respirators 10149539-SP Cradle Assy,Metal Band,61 Carrier EA $224.00 0000100007 Supplied Air Respirators 10149540-SP COVER ASSY,CRADLE,G1 CARRIER EA $36.00 0000100007 Supplied Air Respirators 10149548-SP SHOULDERSTRAPS,RIGHT,SERVC,G1 EA $305.00 0000100007 Supplied Air Respirators 10149549-SP SHOULDERSTRAPS,LEFT,SERVC,G1 EA $305.00 0000100007 Supplied Air Respirators 10149550-SP Lumbar Pad Assy,Basic,Cl EA $471.00 0000100007 Supplied Air Respirators 10149551-SP Buckle,D-Ring,Head Harness,GI Fcpc EA $20.00 0000100018 Supplied Air Respirators 10149556-SP Pull Strap,Neck,Head Harness,G3 EA $22.00 0000100018 Supplied Air Respirators 10149572-SP Nosecup Assy,GS Facepiece,SM EA $44.00 0000100018 Supplied Air Respirators 10149573-SP Nosecup Assy,61 Facepiece,MD EA $43.00 0000100018 Supplied Air Respirators 10149574-SP Nosecup Assy,61 Facepiece,LG EA $45.00 0000100018 Supplied Air Respirators 10149577-SP Faceblank Assy,61,SM EA $49.00 0000100018 Supplied Air Respirators 10149578-SP Faceblank Assy,61,MD EA $47.00 0000100018 Supplied Air Respirators 10149579-SPFaceblank Assy,G1,LG EA $49.00 0000100018 Supplied Air Respirators 10149580-SP Reducer,G1,RC,Bell,2216 P516 EA $750.00 0000100007 Supplied Air Respirators 10149581-SP Reducer,G1,RC,Bell,4500 P516 EA $736.00•0000100007 Supplied Air Respirators 10149620-SP Seat,61 Reducer EA $149.00 0000100007 Supplied Air Respirators 10149621-SP Piston Assy,61 Reducer EA $54.00 0000100007 Supplied Air Respirators 10149624-SP 0-Ring,2-125,Silicone,70A EA $28.00 0000100007 Supplied Air Respirators 10149625-SP 0-Ring,$-580,Silicone,70A EA $18.00 0000100007 Supplied Air Respirators 10149626-SP Spring,Piston,G1 Reducer EA $18.00 0000100007 Supplied Air Respirators 10149631-SP Cap,61 Reducer,Brass EA $52.00 0000100007 Supplied Air Respirators r 10149632-SP Piston,PRV,MP,61 Reducer,Anodized EA $21.00 0000100007 Supplied Air Respirators 10149634-SP Insert,PRV,MP,61 Reducer EA $14.56 0000100007 Supplied Air Respirators 2017 Pinnacle Plus- Suggested List Price-61&-M7 Parts >NSA 2017 Effective January 1,2017 i Product Ca.3111 6- Descnpton l iIIMI N2 L Hi .rchyU script-MI 10149635-SP Cap,PRV,MP,GS Reducer,Anodized EA $52.00 0000100007 Supplied Air Respirators 10149637-SP 0-Ring,2-010,Silicone,70A EA $18.00 0000100007 Supplied Air Respirators 10149639-SP Plug,MP,61 Reducer,Anodized EA $18.00 0000100007 Supplied Air Respirators 10149641-5P Plug,HP,61 Reducer,Anodized EA $18.00 0000100007 Supplied Air Respirators 10149643-SP U-Clip,61 Reducer EA $14.56 0000100007 Supplied Air Respirators 10149645-SP Dust Cover Assy,Quick-FIll,GS Reducer EA $28.00 0000100007 Supplied Air Respirators 10149647-SP Plug,Quick_Fill Port,61 Reducer EA $36.00 0000100007 Supplied Air Respirators 10149648-SP Alarm Activator,Cl Bell,2216,33% EA $95.000000100007 Supplied Air Respirators 10149649-SP Alarm Activator,61 Bell,4500,33% EA $95.00 0000100007 Supplied Air Respirators 10149659-SP 0-Ring,2-015,Fluorosilicone,70A EA $14.56 0000100007 Supplied Air Respirators 10149663-SP Bell Assy,91 Reducer EA $108.00 0000100007 Supplied Air Respirators 10149664-5P Housing,Bell,61 Reducer,Anodized EA $66.00 0000100007 Supplied Air Respirators 10149666-SP Striker,Bell,..61 Reducer EA $19.0 0000100007 Supplied Air Respirators 10149667-SP Seat,Striker,Bell,61 Reducer EA $48.00 0000100007 Supplied Air Respirators 10149668-SP Spring,Striker,Bell,61 Reducer EA $13.52 0000100007 Supplied Air Respirators 10149669-SP .0-Ring,2-008,Silicone,70A EA $14.56 0000100007 Supplied Air Respirators 10149670-SP 'Bell,61 Reducer EA $25.00 0000100007 Supplied Air Respirators 10149671-SP Screw,Tax,M4 x 6,SS EA $13.52 0000100007 Supplied Air Respirators 10149672-SP Retainer,U-Clip,61 Reducer EA $13.52 0000100007 Supplied Air Respirators 10149675-SP 'Screw,Set,Flat Point,M4 x 4mm,55 EA $14.56 0000100007 Supplied Air Respirators 10149676-SP Handwheel Assy,61,Remote,TC,2216 EA $310.00 0000100007 Supplied Air Respirators 10149677-SP Handwheel Assy,G1,Remote,TC,4500 EA $309.000000100007 Supplied Air Respirators 10149679-SP Hose,5500 PSIG,61 SCBA,Teflon EA $128.00 0000100007 Supplied Air Respirators 10149686-SP Fitting,.CGA,RC,2216/3000,Anodized EA $45.00 0000100007 Supplied Air Respirators 101496E18-SP Fitting,CGA,RC,4500/5500,Anodized EA $35.00 0000100007 Supplied Air Respirators 10149698-SP Coupling,Quick Connect,2216/3000 EA $572.00 0000100007 Supplied Air Respirators 10149700-SP Coupling,Quick Connect,4500/5500 EA $508.00 0000100007 Supplied Air Respirators 10149701-SP ADAPTER,QUICK CONNECT,2216/3000 EA $59.00 0000100007 Supplied Air Respirators 10149702-SP ADAPTER,QUICK CONNECT,4500/5500 EA $64.00 0000100007 Supplied Air Respirators 10149716-SP U-Clip,Manifold,G1 Power Module EA $17.00 0000100007 Supplied Air Respirators 10149717-5P Hose,5500 P516,G15CBA,Capillary EA $7990 0000100007 Supplied Air Respirators 10149722-SP Handwheel Asry,Gi,Remote,QC,2216 EA $1,023.00 0000100007 Supplied Air Respirators 10149723-SP Handwheel Assy,G1,Remote,QC,4500 EA $807.00 0000100007 Supplied Air Respirators 10150532-SP Cover,Cradle,61 Carrier,Overmolded EA $20.00 0000100007 Supplied Air Respirators 10150533-SP Latch Band Assy,Cylinder,61 Carrier EA $152.00 0000100007 ,Supplied Air Respirators 10150764-SP Cover,Left,Prv,G1 Power Module EA $19.00 0000100019 Supplied Air Respirators 10152105-SP Control Module,G1,2216 PSI EA $1,015.00 0000100019 Supplied Air Respirators 10152106-SP Control Module,61,4500/5500 PSI EA $1,015.000000100019 Supplied Air Respirators 10152107-SP Control Module,G1,300 bars EA $1,015.00 0000100019 Supplied Air.Respirators 10152108-SP Control Module,91,30 Mpa EA $1,015.00 0000100019 Supplied Air Respirators 10153641-SP Cover,Swivel,61 Regulator,Non-Elek EA $11.50 0000100060 Supplied Air Respirators 19153342-SP Cap,Swivel,G1 Reg.,Non-Electronic EA $10.50 0000100060 Supplied Air.Respirators 10153343-SP Knob,61 Regulator,Non-Electronic EA $10.50 0000100060 Supplied Air Respirators 10153346-SP Cover,Swivel,61 Regulator,Electronic EA $11.50 0000100060 Supplied Air Respirators 10153637-SP O-ring,EPDM,89D,Size 007,Black EA $17.00 0000100060 Supplied Air Respirators 10153638-SP 0-ring,Silicone,70D,Size 013,Orange EA $10.50 0000100060 Supplied Air Respirators 10153639-SP 0-ring,Silicone,70D,Size 024,Orange EA $20.00 0000100060 Supplied Air Respirators 10153642-5P Retainer,Ring,Snap,External,7/16 In EA $9.50 0000100060 Supplied Air Respirators 10153935-SP Chest Strap,Gl,Male EA $24.00 0000100007 Supplied Air Respirators 10153936-SP Chest Strap,61,Female EA $17.00 0000100007 Supplied Air Respirators .. 10153937-SP Waist Belt,Right Side,G1 EA $55.00 0000100007 Supplied Air Respirators 10153938-SP Waist Belt,Left Side,GS EA $46.00 0000100007 Supplied Air Respirators 10153940-SP Shoulder Pull Strap,61 EA $54.00 0000100007 Supplied Air Respirators r MSA2017 Pinnacle Plus- Suggested List Price-61&M7 Parts T•r4ar�' Effective January 1,2017 IRLYLOAT91 sena / lel i2imu 7 Bt6T.a® Gi aaS.i•- aJLy La % ` Ilibt i3n'(Jd 10156422-SP Cyl.Assy,61,RC,2216 psig,30min,Pkgd EA $1,295.00 0000100005 Supplied Air Respirators 10156423-5P CYL ASSY,61,RC,4500 P51G,30MIN,PKG EA $1,091.00 0000100005 Supplied Air Respirators 10156424-SP Cyl.Assy,G1,RC,4500 psig,45min,LP,Pkgd EA $1,418.00 0000100005 Supplied Air Respirators 10156425-5P CYL ASSY,G1,RC,4500 PSIG,45MIN,PKG EA $1,418.00 0000100005 Supplied Air Respirators 10156426-SP CYL ASSY,G1,RC,4500 PSIG,60MIN,PKG EA $1,739.00 0000100005 Supplied Air Respirators 10156431-SP Cyl.Assy,G1,RC,2216,30min,less air,Pkgd EA $1,336.00 0000100005 Supplied Air Respirators 10156432-SP Cyl.Assy,G1,RC,4500,30min,less air,Pkgd EA $1,132.00 0000100005 Supplied Air Respirators 10156433-5PCylAssy,G1,RC,4500,45min,LP,less air,Pkg EA $1,459.00 0000100005 Supplied Air Respirators 10156434-SP Cyl.Assy,G1,RC,4500,45min,less air,Pkgd EA $1,459.00 0000100005 Supplied Air Respirators 10156435-SP Cyl.Assy,G1,RC,4500,60min,less air,Pkgd EA $1,780.00 0000100005 Supplied Air Respirators 10156466-SP Pouch,ExtendAire II,61,Left EA $400.00 0000100007 Supplied Air Respirators 10156467-SP Pouch,Quick-Fill,61,Right EA $281.00 0000100007 Supplied Air Respirators 10156469-5P E-Module Assembly,61 Regulator EA $322.00 0000100060 Supplied Air Respirators 10157463-SP Valve,Striker,Bell,61 Reducer EA $24.00 0000100007 Supplied Air Respirators 10159327-5P Valve Assembly,61 Regulator EA $108.00.0000100060 Supplied Air Respirators 10159699-SP Neckstrap,Assy,Rubber 61 Faceplece EA $24.00 0000100018 Supplied Air Respirators 10159816-SP U-Clip,Retainer,61 Regulator EA $9.50 0000100060 Supplied Air Respirators 10159899-SP Regulator,G1,Elek,QC,Purge,Bypass,CBRN EA $1,300.000000100060. Supplied Air Respirators 10159900-5P Regulator,G1,Elek,Cont,Purge,Bypass,CBRN EA $952.00 0000100060 Supplied Air Respirators 10159901-SP Regulator,G1,Elek,QC,Solid,Bypass,CBRN EA $1,300.00 0000100060 SuppliedAir Respirators 10159902-SP Regulator,G1,Elek,Cont,Solid,Bypass,CBRN EA $952.00 0000100060 Supplied Air Respirators 10160350-5P Button Assy,Actuator,Cool Gray 11 EA $13.50 0000100060 Supplied Air Respirators 10160353-SP CRADLE ASSY,FABRIC BAND,ELEK 61 EA $131.00 0000100007 Supplied Air Respirators 10160363-5P Button Assy,Buddy Light,Cool Gray 11 EA $13.50 0000100060 Supplied Air Respirators 10160371-5P Button Assy,Actuator,Red EA $22.00 0000100060 Supplied Air Respirators 10160451-SP Hose Assy,G1 Reg,Elek,Cont,Bypass EA $375.00 0000100060 Supplied Air Respirators 10160452-SP Hose Assy,G1 Reg,Elek,QC,Bypass EA $791.00 0000100060 Supplied Air Respirators 10160459-SP Hose Assy,G1 Reg,Elek,Nipple,Bypass EA $661.00 0000100060 Supplied Air Respirators 10160463-5P 0-Ring,Plug,G1 Regulator,Elek,E-Mad EA $9.50 0000100060 Supplied Air Respirators 10160623-5P Label,Cylinder Band,HP,61 EA $11.44 0000100007 Supplied Air Respirators 10161281-SP Backplate Assy,RFID,61 Carrier EA $85.00 0000100007 Supplied Air Respirators 10161282-5P COMM ADAPTER,USB,BLUETOOTH,4.0,DUAL,PKGD EA $70.00 0000100022 Supplied Air Respirators 10161322-SP Label,Cylinder Band,LP,61 EA $50.00 0000100007 Supplied Air Respirators 10161890-SP Power Module,G1,RC,2216 EA $2,626.00 0000100019 Supplied Air Respirators 10162839-SP 0-RING,FKM,75D,8MM ID,GREEN EA $2.75 0000100060 Supplied Air Respirators 10171750-SP Pin,Coiled,M2x20,SS,Heavy Duty EA $1.87 0000100007 Supplied Air Respirators D2056734 CARRYING CASE,FACEPIECE EA $57.00 0000100018 Supplied Air Respirators D4060043 Washer 13,5 X 8,2 X 1 EA $1.00 0000100005 Supplied Air Respirators t Executive Summary United Fire and MSA, have over 150 years of combined experience in providing and servicing personal protective equipment to municipalities. • United Fire Equipment Company- Sales &Service United Fire has been in operation in Arizona for 49 years and has proudly been an MSA distributor for 45 years. United Fire is proud to say we have been a strategic provider for the Tempe Fire Department for several decades. United Fire is the largest fire service distributor in Arizona with two office locations, over 55 employees, and thirty five mobile service vehicles. We are very active in the state providing both prevention and suppression services that help enhance public safety. United Fire is dedicated to supporting the Arizona economy and has presented the United Fire Firefighter of the Year Award since 1994 at the Arizona State Fire School. Major contributor to: • AZ State Fire School • AZ Fire Chiefs Association • National Fallen Firefighters Association • Last Alarm Foundation - Founding Supporter • Professional Firefighters of Arizona • AZ Fire District Association MSA- Self Contained Breathing Apparatus MSA'has served firefighters and rescue teams for over 100 years. MSA's premier focus continues to be product innovations, improvements, and service to firefighters. Our G1 SCBA is the most advanced and user friendly product on the market, and the only NFPA approved product that offer an integrated thermal imaging camera. MSA SCBA's are manufactured at our award-winning Murrysville, Pennsylvania facility. MSA is prepared to equip firefighters with the highest level of protection. Your personalized service starts locally with your trained MSA authorized distributors and MSA's fire field service managers, backed by our unmatched factory customer service support team. The MSA-U online training tool provides in-depth product training and team-tracking capability that allows 24/7 instruction for your entire department. L NSA G1 SCBA MSA Advantages The Safety Company 61 Facepiece G1 Communications No Electronics Every firefighter should have a voice • 'A lb lighter than the Ultra Elite Facepiece -Voice amplification is standard on every 61 SCBA • One of the smallest and lightest on the market • Communication on the fireground is critical;MSA doesn't believe • Better than 83%field of vision-by removing facepiece that it should be optional electronics,MSA has made the GI Facepiece lighter,provided greater line of sight and best of all,significantly reduced the cost Loud and Clear communication comes with every GI SCBA of the mask,allowing personal issued facepieces to be easily obtainable, G1 SCBA Visibility and Lighting Seal and Comfort • Best seal on the market as evaluated by the Los Mamas test lab 360 degree air awareness • Developed through use of a 5000 facial shapes database • Increased situational awareness to users and those around them • Everyone on your team can view and clearly articulate your air • 1.5"wide sealing surface supply status from any angle.Increased visibilityfrom front,side, • 3 harness styles back,or tail Your team will know your air situation, • 5-point harness • 5-paintcatchercmitt style Green,yellow,red air indicators • 4-point rubber harness •Three stage buddy lights • 3 facepiece and nose cup sizes • Green(air above 50%) • Yellow(air above 3S961 Easy Breathing • Red(air below 35%) • Easy breathing off air through an open port design • Reduces fatigue Exclusive Emergency RIC/URC light • Open port design provides clear communication • When remaining air falls below 35%,RICIURC Illuminates and even when off air identifies critical URC fitting in the dark • Facilitates quick and easy access to air when seconds matter Cross-Contamination Protection • Inhalation check valve works to virtually eliminate Auto-Illuminating Control Module Illumination spread of disease • Simply raise the control module and the unit automatically provides information you need when you need it...air status, battery status,alarm notification,evacuation alerts,etc. G1 Central Power Module Light Pipe Technology One battery pack powers entire SCBA . Eliminates electronics tnthe facepiece • Takes the work out of fleet management • Provides light to pressure status,battery status,evacuation, Accessible from the jump seat and alarm notification icons • Easily remove and replace battery pack from the jump seat • Provides clear information when needed Offered with both traditional alkaline and rechargeable batteries—MSA is among the first to market rechargeable options • Never worry about batteries again Intelligent weight distribution • Battery supply set low on the back for balance and comfort www.MSAFire.com MSA The Safety Company 61 SCBA- Customizable 61 SCBA Warranty 61 Control Module can be customized to display information 15-year Warranty,PERIOD. that you need to see HUD can be configured to provide customized Information Shoulder-mounted components • Straps and shoulder-mounted components can be configured to wear on either shoulder. More configuration options than any SCBA currently available • 4 cylinder connections,4 lumbar pad options,2 regulator nntinnc.etc. 01 iTICTM— Now Approved & Shipping New TIC Technology integrated directly into the SCBA •No additional bulky equipment added to your faceplece or hanging from your gear. • Powered by the G1's single integrated power source;never check multiple batteries. • Single button functionality allows for simple,intuitive use. • Auto-on feature with SCBA. •Large 220 x 176 display with five color palettes ensures crystal clear images • Full 5 year warranty on the thermal imager,additional extended warranty available up to 15 years •Approved-NFPA 1981,2013 edition tiote:lhh bulletin contains omlyagenerd MSA Corporate Center MSA Meta Offices and representatives worldwide desoiptian tithe products shoenWluie uses 1000CnmbemyWoodsHive Pines Id77d11.3473 For htNur afomadne' Hid performance apaUbdesare desallvs e, CranbenyTauhpPAl6M11 6USA fax 0525553594330 underm dmanslances shall the inducts be Phone 774.7769500 MSI atematarW used by untrained atnquened lndvlduals vwJdEOFEram Phone 724-176-8626 and not until the product hmru0cm LLS.Nnmser Service Center tog Free 1-000477.7777 Inducting any,amlrysa cautions provided phone i.an.dsmdat Fax 174741-1559 Aare been thoroughly read and understood. fax 1.971472-3910 arca malmematianalmisaufetytom Only theycontain the complete ,,,Pap MACE=da aro dated Intimationn I Phone 1l77fa5kfME mncmdng paperae and g ,: Fax 1.903967-0)99 areoldnese products yJ 4; ID 0105-170-MC/Feb 2014 OMSA7014 Printed to USA www.MSAsafety.com f— The MSA GT SCBA vs the Competition: - . .. Safety:Company <0> /tt. 2570 9% 1 Rechargeable Battery f Greater Field of View , , Greater Speech ) vs 6 AA and 3 AAA 96.5cm1 vs 74.5cm'' '' clarity �... . .64vs .59 pt ` Speech Transmission Index Scores l� l ±I I 1111 r VS 1'1II 1l1 s 1?-' 34% • EEE _ ' Lighter Facepiece when SCBA Is equipped with electronic voice amp ; Position Adjustable Waist Belt 13%lighter when not equipped ea vs Fixed with electronic voice amp(EVP) __ Ill)/ di 1 SCBA-Mounted 1.38 lbs vs 2.07 lbs with EVP - -- - ---_...� 1 Voice Amp 1.58 lbs without EVP vs vs 3 mask-mounted C _ G 6 voice amps' 4 < 4AUdata collected through mama'testing 1Art VS • WHEN YOU GO IN, WE GO IN WITH YOU. — 'when SCBA Is shared among three fire fighters ' MS� rr The„MSA,G1 SCBA vs the Competition- . - r , . . . .- ..._... ” „'The?5afetytompanY r R ., r . :al ;rr Warranty : r -ter► Platform -r .} for the Future 15 years against manufacturer's defect or • SCM integrated Bluetooth®technology faulty workmanship, INCLUDING ELECTRONICS _ • Integrated TIC* - vs { • Field upgradeable software 10 years on SCBA,5 years on electronics, • Modular design 15 years on pressure reducer , vs . ••. 1 - •comingsoon Experience the advantages for yourself and see why the is taking the Fire Service by storm! Visit to sign up for your no obligation trial today! ID 0105.213-MC I Mar 2016 MSA 2,016 rrintedInUSA, �j- I MSA UNITED FIRE The Safety Company Life Safety is Serious Werke Future Features • At the time of our original proposal, the Integrated Thermal Imaging Camera (iTICTM') was still in development. Recently, the final design was approved by the NFPA 1981 and 1982 Committee, and is now available to be shipped with new orders. o There have been discussions about being able to share imagery with the Incident Commander, using the optional Telemetry in the PASS Device to broadcast. • The unique platform of the G1 SCBA is based on a Firmware design that will allow for new enhancements for years to come. We currently offer Bluetooth integration with several components; such as, Motorola Apex Radios, MSA Altair gas detection instruments and hopefully other devices in the future. It is MSA's intention to continue to produce future features that will be able to be integrated into the existing platform. L Tempe p CITY OF TEMPE Council Meeting Date: 6/15/2017 REQUEST FOR COUNCIL ACTION Agenda Item: ACTION: Award a one-year contract with four, one-year renewal options to United Fire Equipment Company for the purchase of self-contained breathing apparatus and associated equipment for the Tempe Fire Medical Rescue Department. FISCAL IMPACT: Total cost of this contract will not exceed$1,100,000 during the initial one-year contract term. Sufficient funds are approved for appropriation In the fiscal year 2017-18 Capital Improvements Program the Fire Protection Capital Improvement Project Fund cost center 5608549(Fire Medical Rescue&Police Self Contained Breathing Apparatus). RECOMMENDATION: Award the contract. BACKGROUND INFORMATION: (RFP#17-046) The City issued a Request for Proposal (RFP)to establish a contract for self-contained breathing apparatus(SCBA)and associated equipment. The contract will include training for SCBA users, training for up to four SCBA technicians, necessary maintenance equipment, and face piece fit testing for all Tempe Fire Medical Rescue SCBA users. As part of this contract,the Fire Medical Rescue Department is trading in the current inventory of MSA Firehawk M7 SCBAs. Responding firms competitively bid a price for the trade-in apparatus as part of their proposal. Evaluation Process The City received proposals from the following firms: United Fire Equipment Company Municipal Emergency Services L.N.Curtis&Sons These proposals were evaluated by a committee comprised of Fire Medical Rescue and Procurement staff. As part of the evaluation,each firm provided SCBAs to the City for technical evaluation and performance testing,which included testing the SCBA in a live bum environment at the Fire Training Center. The proposal from L.N. Curtis & Sons was deemed non- susceptible for award due to operational issues discovered during the live testing. The remaining finns were invited to participate in a best and final process. Results of the evaluation are presented in the matrix below: United Fire Equipment MunicpahEmergency • Award Criteria 1 .Weight Company Services 1 Pricing 30% 300 298.5 2 Confoimity to desired specifications 20% 200 200 SCBA committee performance testing and 3 technical evaluation(ease of maintenance 30% 270 180 and repairs) 4 Customer service,support, references, 15% 150 150 availability of replacement parts Quality and completeness of proposal; 5 acceptance of terms and conditions;delivery 5% 50 45 time Total Points • 970 873.5 Rank 1 2 Pricing $947,03920 " , $951,920,28 Recommendation • The evaluation committee recommends that a contract be awarded to United Fire Equipment Company. The SCBA offered by United Fire rated superior in the technical evaluation and performance testing performed by the Fire Medical Rescue Department. The SCBA provides interchangeable shoulder harnesses and straps that can be cleaned between usage to reduce the firefighter's exposure to carcinogens. The SCBA offers ease of maintenance,excellent face piece optics and fit, clear voice amp with minimal distortion,superior quick connect design on bottles,and a control module that is clear and easy to read. United Fire also offered an optional integrated thermal imaging camera that can be viewed on the SCBA control module. This camera provides firefighters with the ability to see in dark and smoke filled environments,aiding in their ability to maneuver in a fire, rescue individuals, and protect themselves from unseen hazards. The additional cost to integrate a thermal imaging camera into the SCBA is$103,350,which is included in the contract value in the fiscal note above. ATTACHMENTS: Vendor Offer Form STAFF CONTACT(Sj: Greg Ruiz, Fire Medical Rescue Department Chief, (480)858-7212 Department Director: Renie Broderick,Internal Services Director Legal review by: David Park,Assistant City Attorney Prepared by: Lisa Goodman,CPPO,Procurement Officer LINKING AGREEMENT BE£WFEN THE CITY OF GLENDALE,ARIZONA AND UNITED FIRE EQUIPMENT COMPANY EXHIBIT B Scope of Work PROJECT This agreement is for the purchase of self-contained breathing apparatus (SCBA) and associated equipment for use by the Glendale Fire Department. 5 10/13/16 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND UNITED FIRE EQUIPMENT COMPANY EXHIBIT C METHOD AND AMOUNT OF COMPENSATION Method and amount of compensation in accordance with Section 3 of this agreement. NOT TO EXCEED AMOUNT The total amount of compensation paid to Contractor for full completion of all work required by the Project must not exceed $1,339,770.82 for the entire term of the Agreement. DETAILED PROJECT COMPENSATION City shall pay contractor compensation in accordance with the rates as set forth in the City of Tempe Contract No. T17-046-01 for the purchase of self-contained breathing apparatus (SCBA) and associated equipment. 6 10/13/16 as_ UNITED FIRE PROPOSAL Number UFEQ23179-02 Life Safety is Serious Work® Date Jun 28, 2017 335 N. Fourth Avenue, Tucson,AZ 85705 t. 800.362.0150 f. 800.882.3991 Dept Sold IUD Ship a) Your aQ li Glendale Fire Department Glendale Fire Department r w Paul Fraser Wayne Smith Wayne Smith 6210 W. Myrtle 6210 W. Myrtle / (800) 362-0150 Glendale, AZ 85301 Glendale, AZ 85301 PauIF@ufec.com Maricopa Maricopa ACC # GLE015 LID# /0 _"`vtia"-- Phone (602)376-6885 Phone (602)376-6885 Offer Fax Fax Prepared By: Paul Fraser 5 Code ['fl i (3 Ship cgt3 Lj�Lfaii N-SO# N-INV# PX Method (WI'4 -1:3 9/1/2017 Best DESTINAT Part Number Description Ma Price I. Rai Price CONTRACT PROPOSAL BETWEEN UNITED FIRE EQUIPMENT COMPANY&THE CITY OF GLENDALE. SCOPE OF WORK ATTACHED G1 SCBA 140 MSAG1FS444MA2C1LCR MSA G1 SCBA less Cylinder, 4500 PSI with CGA $4,433.36 $620,670.40 Quick Connect Remote Connection, Serviceable Tunnel Straps with chest strap, metal cylinder band, adjustable swiveling lumbar pad, continuous regulator hose, PASS with Telemetry, Waist Mounted Quick Fill, Blue Tooth, Near Field Communication [NEC] for Motorola Apex Radio, Radio not included. URC, Rechargeable Battery, HUD, Voice Amplifier located on Left Chest Strap. (Optional - SELECTED) LADDER TRUCK SCBA • 17 MSAG1FS444MA2C3LCR MSA G1 SCBA less Cylinder, 4500 PSI with CGA $4,873.36 $82,847.12 Quick Connect Remote Connection, Serviceable Tunnel Straps with chest strap, metal cylinder band, adjustable swiveling lumbar pad, continuous regulator hose, PASS with Telemetry, Waist Mounted Quick Fill and ExtendAire II (Buddy Breathing/Supplied Air System, Blue Tooth, Near Field Communication [NFC] for Motorola Apex Radio, Radio not included. URC, Rechargeable Battery, HUD, Voice Amplifier located on Left Chest Strap. (Optional - SELECTED) Terms&Conditions of Sale:Prices quoted are firm for thirty(30)days unless otherwise noted.When you accept a quote it is our indication that you have selected any required changes,carefully reviewed all part numbers,descriptions,unit quantities,taxes,shipping,and handling charges.A 50%deposit Is required on all engineered projects and orders for non-stock items without approved payment terms.United Fire accepts all major credit cards,cash,business checks,and EFTS.Automatic monthly and quarterly credit card billing options are offered for Inspection and maintenance packaged services.We hope you use our products safely.In the event that an Item needs to be replaced or returned we will attempt to make reasonable accommodations.In accordance with United Fire's return policy,a re-stocking fee may be applied at the time of a return.There is a$35.00 fee for cancelling scheduled services within 24 Hours of a set appointment.The order process begins when you sign and accept the quote and make any required incremental payments.Orders do not ship until a full payment has been authorized via approved purchase order or credit card.There is a 1.5%per month late charge on all past due Invoices.LIMITATION OF LIABILITY: The Seller's liability whether in contract,in tort,under any warranty,in negligence or otherwise,shall not exceed One Thousand Dollars($1000.00)and buyer's remedy or damages shall be limited to,the return of the purchase price paid.Under no circumstances shall seller be liable for consequential or special damages. Created on 06/29/17 10:22:46 by United Fire ROC 073858&076292 Pagc gf3of 3 Part Number D- I.ti 12Ein Price 11211Price HAZ MAT SCBA(PASS DEACTIVATED) 5 MSAG1FS444MA2C2LOR MSA G1 SCBA less Cylinder, 4500 PSI with CGA $4,433.36 $22,166.80 Quick Connect Remote Connection, harness with chest strap and metal cylinder band, adjustable' swiveling lumbar pad, continuous regulator hose, PASS (DEACTIVATED) with Telemetry, ExtendAire II (Buddy Breathing/Supplied Air System), Blue Tooth, Near Field Communication [NFC] for Motorola Apex Radio, Radio not included. URC, Rechargeable Battery, HUD, Voice Amplifier located on Left Chest Strap. (Optional - SELECTED) 22 ExtendAire II Fittings Upgrade per 2018 NFPA $0.00 $0.00 (No Charge) 157 MSAGIITIC MSA G1 SCBA Integrated TIC, 5-year Warranty $795.00 $124,815.00 on TIC Sensor and Germanium Lens, 220 x 176 Display, Single Button Function, Up to 5 user selected palettes - 22 palettes available via MSA A2 Software (Optional - SELECTED) 157 MSAG1TICEXTWAR G1 TIC Extended Warranty from 5 years to 15 $300.00 $47,100.00 years. (Optional - SELECTED) 157 MSA10156467 TransFill Pouches less Hose (Optional - $159.66 $25,066.62 SELECTED) 237 MSA10175708 45-Minute 4500 PSI Cylinder Low Profile $740.00 $175,380.00 includes Quick Connect Adapter(Optional - SELECTED) 1,000 DLP4CPCMYK/GFD 4 Color Laser Cut Maltese Cross GFD Logo, $0.65 $650.00 Water Proof& UV Lamination (Optional - SELECTED) 10 MSA10175710 60-Minute 4500 PSI Cylinders includes Quick "$911.00 $9,110.00 Connect Adapter (Optional - SELECTED) 100 MSA10149702-SP Cylinder Quick Connect Adapters (20 Spares) $48.94 $4,894.00 (Optional - SELECTED) 80 MSA10158390 Cylinder Retainer Kit Type 3 (Required for Each $42.06 $3,364.80 Customer Supplied 45-Minute Cylinder), Verify existing cylinder type before ordering. (Optional - SELECTED) 4 MSA10158402 Cylinder Retainer Kit Type 5 (Required for Each $42.06 $168.24 Customer Supplied 60-Minute Cylinder), Verify existing cylinder type before ordering. (Optional - SELECTED) 12 MSA10161810 G1 Facepiece, Medium (Optional - SELECTED) $250.00 $3,000.00 25 MSA10144230 G1 Spectacle Kits (Optional - SELECTED) $95.59 $2,389.75 12 MSA10162403 Quick Connect Adapter for Fill Station (Optional $344.12 $4,129.44 - SELECTED) ye . Terms 8 Conditions of Sale:Prices quoted are firm for thirty(30)days unless otherwise noted.When you accept a quote it is our indication Thal you have selected any required changes,carefully reviewed all part numbers,descriptions,unit quantities,taxes,shipping,and handling charges.A 50%deposit is required on all engineered projects and orders for non-stock items without approved payment terms.United Fire accepts all major credit cards,cash,business checks,and EFTS.Automatic monthly and quarterly credit card billing options are offered for inspection and maintenance packaged services.We hope you use our products safely.In the event that an Item needs to be replaced or returned we will attempt to make reasonable accommodations.In accordance with United Fire's return policy,a re-stocking fee may be applied at the time of a return.There is a$35.00 fee for cancelling scheduled services within 24 Hours of a set appointment.The order process begins when you sign and accept the quote and make any required incremental payments.Orders do not ship until a full payment has been authorized via approved purchase order or credit.card.There is a 1.5%per month late charge on all past due..invoices.LIMITATION OF LIABILITY: The Seller's liability whether in contract,in tort,under any warranty,in negligence or otherwise,shall not exceed One Thousand Dollars($1000.00)and buyer's remedy or damages shall be limited to,the return of the purchase price paid.Under no circumstances shall seller be liable for consequential or special damages. Created on 06/29/17 10:22:46 by United Fire ROC 073858&076292 Paggahof 3 a( j} Part Number Descri•tion I �jty5 Price Price 1 MSA10144231-SP G1 APR Adapter for Fit Testing (Optional - $78.00 $78.00 SELECTED) 1 MSA10164448 One (1) Deluxe G1 Tool Kit provided at No $0.00 $0.00 Charge, includes basic, custom and deluxe kits. ($6,000.00 Value) (Optional - SELECTED) 3 SCBATECHTRAINING Tech Training for three (3) included @ Glendale $0.00 $0.00 Fire (Class Value for three = $2,400.00) (Optional - SELECTED) 3 MSA10072240 Accountability System includes Base Station & $1,335.00 $4,005.00 Software (Optional - SELECTED) 350 MSA10083875 RFID Tags (Separate Tags required for $34.00 $11,900.00 Accountability & Radio Pairing with SCBA) (Optional - SELECTED) 2 MSA10158407 RFID Tag Reader/Writer(No Charge Item) $0.00 $0.00 (Optional - SELECTED) 4 MSA10169713 RIT System, G1,Quick Fill,FD17, Remote Fill $3,223.75 $12,895.00 Gauge,4500 PSIG (Cylinder not included) (Optional - SELECTED) 24 MSA10148741-SP Rechargeable Battery Pack (Optional- $215.00 $5,160.00 SELECTED) 12 MSA10158385 Smart Charger for Six [6] Rechargeable Batteries $355.00 $4,260.00 (Batteries Not Included) (Optional - SELECTED) 157 MSA10149549-SP Replacement, Left Serviceable Shoulder Strap $190.00 $29,830.00 (Optional - SELECTED) 157 MSA101495498-SP Replacement, Right Serviceable Shoulder Strap $190.00 $29,830.00 (Optional - SELECTED) 2 MSA10160201 Altair 5X Mono PID, Bluetooth Ready (Optional - $2,059.00 $4,118.00 SELECTED) 6 MSAAPCG20DA1G0 Premeir Cadet Airline Respirator with 10 Minute $999.00 $5,994.00 Cylinder(Optional - SELECTED) 6 MSA10061367-SP TRT Confined Space 10 Minute Escape Bottles $545.00 $3,270.00 c linder onl ) Optional - SELECTED) r abTota �,e17e717 JPOo777 Sc"01ly 8 . . Shp•in• £ac Iran 5iaf413. 0 .1. Terms&Conditions of Sale:Prices quoted are firm for thirty(30)days unless otherwise noted.When you accept a quote it is our indication that you have selected any required changes,carefully reviewed all part numbers,descriptions,unit quantities,taxes,shipping,and handling charges.A 50%deposit is required on all engineered projects and orders for non-stock items without approved payment terms.United Fire accepts all major credit cards,cash,business checks,and EFT's.Automatic monthly and quanedy credit card billing options are offered for inspection and maintenance packaged services.We hope you use our products safely.In the event that an item needs to be replaced or returned we will attempt to make reasonable accommodations.In accordance with United Fire's return policy,a re-stocking fee may be applied at the time of a return.There is a$35.00 fee for cancelling scheduled services within 24 Hours of a set appointment.The order process begins when you sign and accept the quote and make any required incremental payments.Orders do not ship until a full payment has been authorized via approved purchase order or credit card.There is a 1.5%per month late charge on all past due invoices.LIMITATION OF LIABILITY: The Seller's liability whether in contract,in tort,under any warranty,in negligence or otherwise,shall not exceed One Thousand Dollars($1000.00)andbuyers remedy or damages shall be limited to,the return of the purchase price paid.Under no circumstances shall seller be liable for consequential or special damages. Created on 06/29/17 10:22:46 by United Fire ROC 073858&076292 Pa93 o$3of 3