Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-8889-1 - Purchase and Installation of Vehicle Exhaust System Capture Equipment
CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949 644-3005 1 949 644-3039 FAX newportbeachca.gov/cityclerk November 28, 2024 Air Exchange, Inc. Attn: Contracts 495 Edison Court, Suite A Fairfield, CA 94534 Subject: Purchase and Installation of vehicle Exhaust System Capture Equipment Contract No. 8889-1 To Whom It may Concern: On September 24, 2024 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 26, 2024, Reference No. 2024000249946. Enclosed is the released Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901157095 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Air Exchange, Inc. hereinafter designated as the "Principal," a contract for in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. •Purchase and Installation of Vehicle Exhaust Capture System - Contract No. 8889-1 WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Nationwide Mutual Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ( $355,210.79 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. Three Hundred Fifty -Five Thousand Two Hundred Ten 79/100 Page A-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 19th day of September , 20 23 Air Exchange, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 2006, Des Moines, IA 50391 Address of Surety 866-387-0457 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: By: � !�l r 4 Aar bn C. Harp z//-1i2y „,- City Attorney L Authorized Signature/Title Authorized Agent Signature Brendan Moore, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerates the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named Principal and Surety, on,the `'I day_e_f � 1�1' I,�; , 2024. Air Exc-banga, InA, 1 1' J 1 /�/t1 ` k l \ All Name of Contractor (Principal) Authorized Signature/Tille rr� Nationwide Mutual Insurance company , „s• Narne of Surety Authorized Agent Signature 1.t Qd Locust Street - Dept, 2006, Des Molms-, lA 50391 Address of Surety 866-387 0457 Telephone APPROVED AS TO FORM, CITY A.TTORN Y'S OFFICE Dater HJZ 4 _ LY A 01ty Attorney r_. Brendan Moore, Attarney-in-Fact Print Name and Title NOTARY A CKNOWLED GMENTS OF CONTRACTOR AND SURETY kfUST BE ATTACHED NEW JERSEY NOTARY ACKNOWLEDGMENT THE STATE OF NEW JERSEY COUNTY OF U 100LE_SCX On �� , 20 2.i before me, Niq&fl�S , Notary Public in and for said county, personally appeared �#uan- Wyk (signer/witness) who has/have satisfactorily identified him/her/themselves as the signer(s) or itne s ) to the above -referenced document. —NA-m6 L ►� Prty o �n r� rz, A L-S ��_ ��l(V►1� i 20"i D / r✓Xhi jT 4 Notary Public Signature Print - SS My commission expires: 2 2 2 � AA A e� Maryana Bass jk TARPNOTARY PUBLIC (Seal) "'L State of New Jersey Hs« ��r" My Commission Expires March 22, 2027 bPage 1 of 1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of G(64 e, Iss / / rrl On 20 � before me, U Notary blic, personally appeared who proved to me on the basis of satisfactory evidence to be the narson whose name Is are su cribed to the within instrument and acknowledgedA me tha h /she/they executed th same in is/ er/their authorized capacity(iA), and that by ii /her/their signatures($0n the instrument th erson(�, or the entity upon behalf of which the persona') acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ., WITNESS my hard ofP'cial seal. Signature s;. oF,y TABITHA GILLING 4� eJs.EluF\ COMM # 2412164 ORANGE County �a\�*California Notary Public"" 'f4iFO Comm Exp Aug: 4, 2026 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page A-3 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Brendan Moore Placentia, CA each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 410- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��r uraiMw� STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly ,' •, sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed AV ,rUfUNe115 t�� hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New York No. 02MG6270117 Qualified in New York County Notary Public Commission Expires r 19. 2024 My Commission Expires October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 19th day of September 2023 Assistant Secretary BDJ 1(08-21)00 0� SURETY RIDER Nationwide Mutual Insurance Company Nationwide Bond Department 1100 Locust Street, Department 2006 Des Moines, IA 50391-2006 TO BE ATTACHED TO AND FORM PART OF Performance/Payment Bond Purchase and Installation of Vehicle Exhaust Capture System Contract #8889-1 BOND NUMBER 7901157095 IN FAVOR OF City of Newport Beach (Obligee) ON BEHALF OF Air Exchange Inc. (Principal) IT IS AGREED THAT, in consideration of the original premium charged for this bond, and any additional premium that may be properly chargeable as a result of this rider, 1. The Surety hereby gives its consent to amend the following: From: To: Changing effective date of bond 09/19/2023 10/10/2023 Effective: 10/10/2023 2. PROVIDED, however, that this attached bond shall be subject to all its agreements, limitations, and considerations except as herein expressly modified, and that the liability of the Surety under the attached bond as changed by this rider shall not be cumulative. 3. Signed and sealed this 13th day of December 2023 Nationwide Mutual Insurance Company tl BY: Ca aBuljnbastc ,Att017Tey-1]rFaCt- ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Iowa County of Polk ) On ��C�� r� �;(��� before me, Larry D. Slegh, Iowa Notary Public (insert name and title of the officer) personally appeared � ,& VA D �q 110VISI C who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Iowa that the foregoing paragraph is true and correct. *0'V Larry D. Slegh WITNESS m hand and official seal. Iowa Notarial seal Y �Commission number 185490 My Commission Expires July 10, 2026 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Anita R. Calderon, Dana R. Clark, Mike Kuper, Matthew Gilmer, Joshua Severson, Andrew Roby, Robert N. Johnston, Elizabeth Moore, Ashlee Heldt, Ben Lewis, Jeff Cose, Aaron J. Jamison, Kim Wells, Carmon R. Wilson, Spencer Paris, Larry D. Slegh, Richard E. Harman IV, Logan Dorpinghaus, Corey Days, Jill DeRobertis, Dominic Amoroso, Kyle Huntrod, Twanisha Siejkowski, Heidi Cornelison, Michael Maller, Stephen G. Sanker, Brian Pflum, Guy Tenold, Cassie McKittrick, Ashley Leavell, Cara Buljubasic, Trevor Sharp, Joshua Coleman, Amy Palmer, Jennifer Anderson, Randi Allen, Andrew Jennings, Andrew P. Andersen, Jesse Huston, Kwanah Kim, Maxine Coffin each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS ($5,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' "RESOLVED FURTHER, that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. Z#Ji__ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss ff On this 20th day of August, 2021, before me came the above -named officer for the Company Or. �'�''_`�( aforesaid, to me personally known to be the officer described in and who executed the preceding o�*�itl.�:: A ct� instrument, and he acknowledged the execution of the same, and being by me duly - : 1 * sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were ����► duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur f(,r" 4&4C., Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires October 19, 2024 My Commission Expires ortober 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 13th day of December 2023 Assistant Secretary BDJ 1(08-21)00 9/26/24. 11:16 AM Batch 18084935 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder II I I II III II I I I II III II III II NO FEE *$ R 0 0 1 5 1 7 0 1 9 1 $ * 2024000249946 9:24 am 09/26/24 498 507A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Air Exchange, Inc., from Fairfield, California, as Contractor, entered into a Contract on 10/10/2023. Said Contract set forth certain improvements, as follows: Purchase and Installation of vehicle Exhaust System Capture Equipment Contract No. 8889-1 Work on said Contract was completed, and was found to be acceptable on September 24, 2024, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Nationwide Mutual Insurance Company. BY Dave Webb, Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,� Executed on U�mmooy— at Newport Beach, California. m https://gs.secure-erds.com/Batch/Confirmation/18084935 3/3 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Air Exchange, Inc., from Fairfield, California, as Contractor, entered into a Contract on 10/10/2023. Said Contract set forth certain improvements, as follows: Purchase and Installation of vehicle Exhaust System Capture Equipment Contract No. 8889-1 Work on said Contract was completed, and was found to be acceptable on September 24, 2024, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Nationwide Mutual Insurance Company. BY Dave Webb, Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Ui-Pr-� , at Newport Beach, California. NEW ���0RrA Y 43 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 3:00 PM on the 18th day of September, 2023 (rev. per Addendum 1) at which time such bids shall be opened and read for PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 (FEMA Assistance to Firefighters Grant Award EMW-2020-FG-13591) $510,000 Engineer's Estimate Approved by ' James M. Houlihan D�eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Contractor License Classification(s) required for this project: Minimum "C-61"/ "D-34" Prefabricated Equipment and all electrical work shall be performed by a contractor or subcontractor with a "C-10" license. Installation of equipment to be performed by a factory certified installer. For further information, call Raymund Reyes, Project Manager at (949) 644-3352 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/qovernment/data-hub/online-services/bids-rfps-vendor- registration City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 19 INFORMATION REQUIRED OF BIDDER.....................................................................20 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 2 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 664135 C43 C61/D34ge� 0-1 Regional Sales Manager Contractor's License No. & Classification A thorized Signatur /Title 1000011166 DIR Registration Number & Expiration Date Air Exchange, Inc. Bidder 5 9/18/2023 Date City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of bid amount Dollars ($ 10% of bid amount ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM, Contract No. 8889-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 13th Air Exchange, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 2006, Des Moines, IA 50391 Address of Surety 866-387-0457 Telephone day of September , 2023 5 Authorized Signaturerritle —Authorized Agent Signature Brendan Moore, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & SUretY must be attached) rl Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Brendan Moore Placentia, CA each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney Issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved ocuments, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 4# - Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company ✓/; 'r aforesaid, to me personally known to be the officer described in and who executed the preceding ' instrument, and he acknowledged the execution of the same, and being by me duly Al �041 sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed Lmiii5.i . ��� hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New York ('J±iir"r4(�Z'iLL� No. 02MC6270117 Qualified in New York County I x it r 4 Notary Pu61ic My Ca l.sbn Expires Ocrnher 19 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 13th day of September , 2023 BDJ 1(08-21)00 Assistant Secretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t/ ss. r On t0l - S24before i e, G ✓t NotaryPu lic, personally appeared who proved to me on the basis of satisfactory evidence to be the erson whose name is re su4s abed to the within instrumeRalf d acknowledge ,rho me tha he he/they executed he same in �hher/their authorized capacis), and that by is er/thei gnatures(on the instrument the person(, or the entity upon of which the persons') acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,r,= ITHA GiLLING WITNESS my h nd an cial seal. :.i � '-` C 0 M rn i" 2= i 21 GC '> ORArti 'E: Countyy _ *`-Califcrnia Notary Public Comm Exp Aug. 4, 2626 Signature ' (seal) OPTIONAL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Check here if no thumbprint or fingerprint is available. City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Air Exchange, Inc. Bidder 01 � Gf� Regional Sales Manager �L— uthorized Sign ure/Title City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name John Whitney / Air Exchange, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. Bidders shall have an established reputation in the business of system design, turnkey installation and long-term service of Automatic Emergency Response Vehicle Exhaust Removal Systems, and have a minimum of no less than five (5) years experience. Bidder shall be a registered corporation, partnership or sole proprietorship within the State where the installation is to take place. Bidder must have a current and valid California contractor's license for the work that is being bid. Bidder shall show proof that the system specified in this Bid Document has been field tested and proven by supplying a list of references with fire stations with systems installed by bidder (with comparable emergency and non -emergency run rates) within a 250 mile (322 km) radius of municipality seeking bid. For substitutions of equipment: The equipment manufacturer being proposed must be a ISO 9001:2015 Certified in the United States www.iso.org, UL and CUL Certified www.ul.com/database/ and certified by the Air Movement and Control Association (AMCA) to ensure quality, consistency and reliability of products. Certification documents shall be provided and attached to the bid proposal. Where the requirement calls for a packaged exhaust system to be provided, all items shall be the product of the manufacturer. No prototypes or private label products will be allowed. System bid shall have a life of service of no less than 10 years minimum to establish proof of quality, longevity, and service. For all public agency projects for fire stations and the installation of exhaust capture systems you have worked on (or are currently working on), especially those installed within a 250 mile radius of the City of Newport Beach, please provide the following information: 10 No. 1 CF Station 226 New Building / Job # 160-23 Project Name/Number Provide and install plymovent vsrx-75 vehicle exhaust capturing system with crab return and pneumatic Project Description _grabbers Approximate Construction Dates: From To: Current Arrowhead Mechanical, Inc. Agency Name Contact Person Rob Gastel Telephone ff Original Contract Amount $143,627.38 Final Contract Amount $ 889-2813 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Rancho Cucamonga FS 178 - SP6363 Project Name/Number Project Description Provide a pneumatic vehicle exhaust capturing system. Approximate Construction Dates: From June 2023 To: Current Agency Name AMG & Associates, Inc. Contact Person Gabriel Manni Telephone (661) 586-7007 Original Contract Amount $89,013.56 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 3 Fontana Fire Station 81 -STRA -65-2 Project Name/Number Installation of a STRA-65-2 magnetic vehicle exhaust source capturing system into a 3 bay Project Description fire station. Approximate Construction Dates: From March 2023 To: Current Agency Name TELACU Construction Management Contact Person Bryan Aylor Telephone (714) Original Contract Amount $120,960.66 Final Contract Amount $ 541-2390 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 4 Project Name/Number Project Description Big Bear Fire Authority / PO No. 0000016075 Provide a complete plymovent magnetic mini rail system. Approximate Construction Dates: From April 242023 Agency Name Big Bear Fire Department To: July 05 2023 Contact Person Tracey Rendon Telephone (909) _ Original Contract Amount $113,126.93 Final Contract Amount $ 113,126.93 866-7566 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 No. 5 Project Name/Number Project Description Cathedral City Station 411 Plymovent "Magnetic' Diesel Exhaust System Approximate Construction Dates: From Agency Name Silverstrand Construction 10/30/2020 To: 12/21/2020 Contact Person Dave W Hopper Telephone (626 ) _ Original Contract Amount $115,172.63 Final Contract Amount $ 115,172.63 321-5412 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name/Number Chino Valley Fire - FS 66 / PO # 2023-0000010 Upgrade pneumatic system to new magnetic grabber. Remove old style back in system and Project Description installSTRA drive through Systems. Approximate Construction Dates: From 8/18/2023 To: 8/24/2023 Chino Valley Fire District Agency Name Contact Person Steve Burns Telephone (909 _ Original Contract Amount $ 90,178.68 Final Contract Amount $ 90,178.68 225-3044 If final amount is different from original, please explain (change orders, extra work, etc.) n/a Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 13 No. 7 Ventura County FS 34 / PO # 1615-1 Project Name/Number Project Description Provide and install Plymovent Diesel Exhaust System 7/11/2023 Approximate Construction Dates: From Reed Mechanical Systems, Inc. To: Current Agency Name Ryan Reed 746-6443 Contact Person Telephone ( 805) Original Contract Amount $ 74,141.05 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 8 Manhattan Beach FS 02 / n/a Project Name/Number Project Description m Provide and Install Plyovent 12/05/2022 6/13/2023 Approximate Construction Dates: From To: Monet Construction , Inc. Agency Name Violeta Aquino 330-7308 Contact Person Telephone (818) Original Contract Amount $70,853.67 Final Contract Amount $ 70,853.67 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 9 Project Name/Number Project Description Newport Beach Fire Station 2 Plymovent "Magnetic " Diesel Exhaust Removal System Approximate Construction Dates: From 02/14/2022 Agency Name R.0 Construction To: 05/15/2022 Contact Person Robert w.Clapper Telephone (909) _ Original Contract Amount $ 86,466.67 Final Contract Amount $ 86,466.67 829-3688 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 10 Project Name/Number Project Description City of Beaumont / n/a Installation of Plymovent vehicle exhaust capturing pneumatic system Approximate Construction Dates: From Kempcorp Construction, Inc. Agency Name Contact Person Jason Bollinger September 9, 2023 To: Current Telephone (909 ) Original Contract Amount $11,106.05 Final Contract Amount 947-0639 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 12 No. 11 Riverside County FS 41 / # 3444-22 Project Name/Number Project Description Provide and install MRP-70 pneumatic vehicle exhaust capturing system Approximate Construction Dates: From _ Christian Brothers Mechanical Agency Name July 06, 2023 To: Current Lee Henson Contact Person Telephone (951 ) 361-2247 Original Contract Amount $ 62,921.72 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 12 OC Sherrif Project Name/Number Project Description Installation of MER hose reels systems 12/29/2022 7/14/2023 Approximate Construction Dates: From To: Control Air Agency Name Tyler Raccuglia 777-8600 Contact Person Telephone (714 ) Original Contract Amount $86,269.92 Final Contract Amount $ 86,269.92 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. no 13 City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 NON -COLLUSION AFFIDAVIT State of California ) San Bernardino ) ss. County of ) John Whitney , being first duly sworn, deposes and says that he or she is Regional Sales Manager of r Exchange, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Air Exchange, Inc. Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this day of 2023 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public [SEAL] ���452 �jt'e ��l�'1/tZi'c� cil{'ii(C�'LVYtQ,t/L� 15 My Commission Expires: AIR EXCHANGE powered by PLYMUVENT' Non -Collusion Affidavit - Notarized Statement A notary public or other officer con-ipleting this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validi�of that document. State of California County of ,�Aw wmffcttn Subscribed and sworn to (or affirmed) before me on this day of Qje�erik-T , 20 23 , by �jo'v\\r\ wh1- proved to me on the basis of satisfactory evidence to be the person(,q,Iwho appeared before me. f.M }AXW F¢ux &rrmNot,ry a,w+� • Cafffornfa Sin fl td' fno Courtly Canm t+-c^ M 24322f4 _ -y Con,. l: im lul 21,1�2) (Seal) City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 DESIGNATION OF SURETIES Bidder's name Air Exchange, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Natiom,vide Mutual Insurance Company 1204 E. Yorba Linda Blvd. Placentia. CA 92870 619-668-6545 Bid Bond, Performance Bond. Payment Bond. Suret3 Marsh USA, Inc. 9830 Colonnade Blvd. Suite 410 San Antonio. TX . 78230 210-691-4100 - Commercial General Liability McDonald Leavitt 2800 Cleveland Ave 4D Santa Rosa. CA . 954036 707-284-5921 - Automobile Liability & Workers Compensation 16 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of,WPM`y)Atn� Subscribed and sworn to (or affirmed) before me on this day of Ci'_.IP-e.VY'Wr 20 23 , by P-- proved to me on the basis of satisfactory evidence to be the person(p'�who appeared before me. Notary FELL Notary Public - CalNornla San Bernardino County Commission N 2452214 *.Y Comm. Wires Jul 29, I027 (Seal) Signature ►�t7c u� ��� -co�lusic agt�clau i r t)6k ` %e vwdo ev - y i -16 2"3 City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name John Whitney / Air Exchange, Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2022 2021 2020 2019 2018 Total 2023 No. of contracts 40+ytd 60+ 50+ 60+ 60+ + + Total dollar Amount of $3,500,000+ $4,500,000+ $5,000,000+ $4,500,000+ $4,750,000+ $4,500,0004 $26,750,000+ Contracts (in Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost 0 0 0 1 0 0 1 Workday Cases No. of lost workday cases 0 0 0 0 0 0 0 involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 Legal Business Name of Bidder Air Exchange, Inc. Business Address: 495 Edison Court Suite A Fairfiled CA 94534 Business Tel. No.: 909-923-7952 State Contractor's License No. and 664135 Classification: Title John Whitney - Regional Sales Manager The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date - 9/18/2023 Title Regional Sales Manager Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 18 City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name AIR EXCHANGE, LN-C. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature I City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Air E_vehange, Isle. Business Address: 495 Edison Court, StrtieA, Fairfield CA 94534 Telephone and Fax Number: P:909-923-7952 F.909-923-7941 California State Contractor's License No. and Class: 664135 C43 C61ID34 (REQUIRED AT TIME OF AWARD) Original Date Issued: 1986 Expiration Date: 0212812025 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: John Whitney, Regional Sales Afanager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Friso Horstmeier President 495 Edison Court Suite A Fairfield CA 94534 909-923-7952 John Mora Vice President 495 Edison Court Suite A Fairfield CA 94534 909-923-7952 Laura Wyatt Executive Secretary 495 Edison Court Suite A Fairfield CA 94534 909-923-7952 Corporation organized under the laws of the State of California RE The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor coliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? / o51 21 Are any claims or actions unresolved or outstanding? ?eo, No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. John Whitney Bidder Friso Ho stmeier (Print name of Owner or President of Corporation/Company) _--Authorized Signature/Title f- G t o-KAA ( S1 Je7S lq Title Date On before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. Notary Public in and for said State (SEAL) My Commission Expires: *Vlev S-ee VwMn i-ect M� ACVwf\&A . 22 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sew &M-ad h ) On SMft& tll %� _ before melkaiq fip-�, 1 onm M' ' C. (insert name and title of the officer) personally appeared I0_\(In WYi1Vr1.ty who proved to me on the basis of satisfactory evidence to be the p son(9) whose name(e)oare subscribed to the within instrument and acknowled,,Qed to me that e the/they executed the same in his%her/their authorized capacity es), and that by(hiS/her/their signature) on the instrument the persons0, or the entity upon be�alf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LIuANrrFeLlz Notary Public • California 0 San Semardino County Commissian N 24922t4 r\ My Comm. FaPlrei Jut 29, 7027 Signature Jl (Seal) IJ�UJ� WVCM- Se � n-3-M kjO tarl at v6-tcle e-MNOSt c46AW- sipo-l.- �1-e.�iv�`�e.,c( �0 23 AIR EXCHANGE powered by PLYMNVENT" AIR EXCHANGE powered by PLYMUVENT' 9113123 To Whom it May Concern, As President of Au Exchange, bnc 1 hereby authorize John Whitney to act and sin on behalf of the corporation in regards to the proposal put forth by Air Exchange, Inc. for the City of Newport Beach, Purchase and kKtallation of Vehicle 6daust Capture System, Conrract Number 8999-L / c — Erco fbrstmeier, President Witness: �►�f`U1 Laura Wyatt. Secretary \' 1 Date Date /W0/� , Ana Eaaa .o+ NGTAAT'KEM c} Stat± d New ,kr>ay '�w° NY Cunrssicn Eap:Es 1 36 1 P City of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM Contract No. 8889-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND II:IIL110 AV901Vkyj/_VCy21:Z07►1-91 The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 23 PURCHASE AND INSTALLATION OF VEHICLE EXHAUST SYSTEM CAPTURE EQUIPMENT CONTRACT NO. 8889-1 (23M12) THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th day of October, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and AIR EXCHANGE, INC., a California corporation ("Contractor"), whose address is 495 Edison Court, Suite A, Fairfield, CA 94534, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Purchase and Installation of Vehicle Exhaust System Capture Equipment (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8889-1 (23M12), Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Fifty Five Thousand Two Hundred Ten Dollars and 79/100 ($355,210.79). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated John Whitney to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for Air Exchange, Inc. Page 2 payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq. ). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Administrative Manager City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Whitney Air Exchange, Inc. 495 Edison Court, Suite A Fairfield, CA 94534 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are Air Exchange, Inc. Page 3 limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term Air Exchange, Inc. Page 4 of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http://www.gpo.gov/davisbacon/ca.html. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the Air Exchange, Inc. Page 5 materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. Air Exchange, Inc. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) Air Exchange, Inc. Page 7 calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, Air Exchange, Inc. Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Air Exchange, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: 2 S /2_3 By: (c� Aa ,on C. Harp , Ms City Attorney °�as/z3 ATTEST: Date: XA g Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation CONTRACTOR: Air California corporation Date: Exchange, Inc., a Signed in Counterpart Bv: Friso Horstmeier Chief Executive Officer Date: Signed in Counterpart Bv: Laura Wyatt Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Air Exchange, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:- i z By:; > on C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Noah Mayor CONTRACTOR: Air Exchange, Inc., a California corporation Date: By: - -; Friso Horstmeier Chief Executive Officer Date: i J : B GCC�€.e.� f Y 61 Laura Wyatt Secretary [END OF SIGNATURES] Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Air Exchange, Inc. Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7901157095 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Air Exchange, Inc. hereinafter designated as the "Principal," a contract for in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. *Purchase and Installation of Vehicle Exhaust Capture System - Contract No. 8889-1 WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Nationwide Mutual Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of *' Dollars ( $355,210.79 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. Three Hundred Fifty -Five Thousand Two Hundred Ten 79/100 Page A-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 19th day of September , 20 23 . Air Exchange, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 2006, Des Moines, IA 50391 Address of Surety 866-387-0457 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ;(/ 1 y /471 nn 3 By: k! ,� Aa n C. Harp z//-I/Zy VK- Ci y Attorney L Authorized Signature/Title 9 ,hw Authorized Agent Signature Brendan Moore, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an Individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named Principal and Surety, on,the c I-1-� day of .� {�' " I:T , 2024. Air Exchange, Inp, Name of Contractor {Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 200C, Des Moines IA 60351 Address of Surety 866-387-0457 Telephone APPROVED AS TO FORM, C9TY ATTORNEY'S OFFICE Date: ►'l _ By: cavity Auorney �7RO-U U� \lam ;t,� Authorized Signature/Title rf� Adka -re _ �._.. Authorized Agent Signatu Brenden Madre, Attorney -in -Fact Print Blame and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 NEW JERSEY NOTARY ACKNOWLEDGMENT THE STATE OF NEW JERSEY COUNTY OF k i 0OLE—SC x On 20 K before me, 11fl SS , Notary Public in and for said county, personally appeared ��-ua f Wy►� �� (signer/witness) who has/have satisfactorily identified him/her/themselves as the signer(s) or the s &) to the above -referenced document. —NA -MC L ►`tom &A, o Ma eytA112 T14 Notary Public Signature Print My commission expires: 2 2 2 7 bPage 1 of 1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of G(64 6— On S( 20 2 before me, Notary Mblic, personally appeared who proved to me on the basis of satisfactory evidence to be the narson whose name is are su cribed to the within instrument and acknowledgedme tha h /she/they executed th same in is/ er/their authorized capacity(i & and that by i her/their slgnatures($0n the instrument thbjTersonV or the entity upon behalf of which the personjA acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. , WITNESS my hard ofP'cial seal. Signature .,, aFryF TABITHA GILLING Etau :� COMM # 2412164,^. a ORANGE County : M California Notary Public!-- LIFp Comm Exp Aug, 4, 2026 .. .... ...............,...... (sea... ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On , 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page A-3 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Brendan Moore Placentia, CA each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. A1�47__ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��yµ!nwgtyr, STATE OF NEW YORK COUNTY OF NEW YORK: ss /���d On this 20th day of August, 2021, before me came the above -named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed Alf ,rd.... .. � I hereto is the corporate seal of said Company, and the said corporate seal and his signature were `ram duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur (� Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires r 19. 2024 My Commission Expires CERTIFICATE October 19, zaza I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 19th day of September 2023 Assistant Secretary BDJ 1(08-21)00 SURETY RIDER Nationwide Mutual Insurance Company Nationwide sBond Department Nationwide! 1100 Locust Street, Department 2006 Des Moines, IA 50391-2006 TO BE ATTACHED TO AND FORM PART OF Performance/Payment Bond Purchase and Installation of Vehicle Exhaust Capture System Contract #8889-1 BOND NUMBER 7901157095 IN FAVOR OF City of Newport Beach (Obligee) ON BEHALF OF Air Exchange Inc. (Principal) IT IS AGREED THAT, in consideration of the original premium charged for this bond, and any additional premium that may be properly chargeable as a result of this rider, 1. The Surety hereby gives its consent to amend the following: From: To: Changing effective date of bond 09/19/2023 10/10/2023 Effective: 10/10/2023 2. PROVIDED, however, that this attached bond shall be subject to all its agreements, limitations, and considerations except as herein expressly modified, and that the liability of the Surety under the attached bond as changed by this rider shall not be cumulative. 3. Signed and sealed this 13th day of December 2023 Nationwide Mutual Insurance Company BY: /�L�U ���C. �� Ca a Buijubasic ; fittorney-irrFaCt - ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Iowa County of Polk On Vecuyy "; I � 0 before me, Larry D. Slegh, Iowa Notary Public (insert name and title of the officer) personally appeared (-'t Lk UV61jwVGpI'U who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Iowa that the foregoing paragraph is true and correct. *Owoi Larry D. Slegh WITNESS m hand and official seal. Iowa Notarial seal y Commission number 185490 /) My Commission Expires July 10, 2026 l \ /� A Signature (Seal) Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Anita R. Calderon, Dana R. Clark, Mike Kuper, Matthew Gilmer, Joshua Severson, Andrew Roby, Robert N. Johnston, Elizabeth Moore, Ashlee Heldt, Ben Lewis, JeffCose, Aaron J. Jamison, Kim Wells, Cartoon R. Wilson, Spencer Paris, Larry D. Slegh, Richard E. Harman IV, Logan Dorpinghaus, Corey Days, Jill DeRobertis, Dominic Amoroso, Kyle Huntrod, Twanisha Siejkowski, Heidi Cornelison, Michael Maller, Stephen G. Sanker, Brian Pflum, Guy Tenold, Cassie McKittrick, Ashley Leavell, Cara Buljubasic, Trevor Sharp, Joshua Coleman, Amy Palmer, Jennifer Anderson, Randi Allen, Andrew Jennings, Andrew P. Andersen, Jesse Huston, Kwanah Kim, Maxine Coffin each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS ($5,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. �#O_ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT OF ORK COUNTY OnATE ofAugust2021, before me me the above -named officer for the Company h s Oth daty _!R "A 4 aforesaid, to me personally known to be the officer described in and who executed the preceding duly SEA , instrument, and he acknowledged the execution of the same, and being by me z _ > sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur L fL#` me , Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires October 19, 2024 My Commission Expires October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this l3th day of December 2023 Assistant Secretary BDJ 1(08-21)00 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7901157095 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,880.00 , being at the rate of $ 25.00 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Air Exchange, Inc. hereinafter designated as the "Principal," a contract for * in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. Purchase and Installation of Vehicle Exhaust Capture System - Contract No. 8889-1 WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Nationwide Mutual Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of ** Dollars ( $355,210.79 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive Page B-1 ** Three Hundred Fifty -Five Thousand Two Hundred Ten 79/100 notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of September ,20 23 1. Air Exchange, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 2006, Des Moines, IA 50391 Address of Surety 866-387-0457 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: / I H !Z 4. By: A 6 J (fin A �on C. Harp z/ I,I/Z-I w�- Cily Attorney Authorized Signature/Title Authorized Agent Signature Brendan Moore, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of September ,20 23 . Air Exchange, Inc. Name of Contractor (Principal) Nationwide Mutual Insurance Company Name of Surety 1100 Locust Street - Dept. 2006, Des Moines, IA 50391 Address of Surety 866-387-0457 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: o%o. ron C. Harp Z //� /Zy WU City Attorney SIIAO _y Authorized Signature/Title Authorized Agent Signature Brendan Moore, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Gov! (f — On , 20 before me, Notary r6blic, personally appeared , who proved to me on the basis of satisfactory evidence to be the rson whose name is are su scribed to the within instrument and acknowledged,to me than /she/they executed th same in his/ er/their authorized capacity(iiA), and that by &i %her/their signatures(gon the instrument th erson(�, or the entity upon behalf of which the person'0 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �� � �s� TABITHA GILLING WITNESS my han-..-an official seal. : ., '`u- COMM # 2412164 ORANGE County A */Calibrnia Notary Public Comm Exp Aug, 4, 2026 I ........ Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ �)'kA geRmakac) } SS. On Vct°"it jam( 20 before me, j 1t OLM t Notary Public, personally appeared r P VZ proved to me on the basis of satisfactory evidence to be the person(RI whose name care subscribed to the within instrument and acknowledged to me that/she/they executed the same in&/her/their authorized capacity(jwr), and that by is her/their signatures(eon the instrument the personsA or the entity upon behalf of which the personKacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ""^NN�"I Notary ?ubilc •California $ Sar-eriarcinc County v C=Qssion 12452214 LJ•N�� My Comm. Exoir=s Jul 29, 2027 Signature (seal) Page A-3 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies' does hereby make, constitute and appoint: Brendan Moore Placentia, CA each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. A10- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ♦�pµINS°.4 STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company Ar i aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly �, `''' •. "' sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed ,rOtrrN'siis,Air hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur (y''� L/"'v�•�� K—, Notary Public, Stale of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Exp res October 19, 2024 My Commission Expires October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 19th day of September 2023 Assistant Secretary BDJ 1(08-21)00 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Count of ✓ v1 SS. On A 20 befo e me, Notary Xiblic, personally appeared 'o Al who proved to me on the basis of satisfactory evidence to be the pejson(g) whose nam i /are su ribed to the within instrument a acknowledge o me that/she/they executed th same inDi authorized capacity(, and that by is er/their signatures(s) on the instrument the personA, or the entity upon behalf of which the persort acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paraqraph is true and correct. WITNESS my n official seal. Signature c` r TABITHA GILLING� s FJ"Lj COh1M # 2412164 ORANGE County "California Notary Public CgC�FOet`,P Comm Exp Aug, 4, 2026 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page B-3 t) SURETY RIDER Nationwide Mutual Insurance Company Nationwidde Bond Department tl 1100 Locust Street, Department 2006 Des Moines, IA 50391-2006 TO BE ATTACHED TO AND FORM PART OF Performance/Payment Bond Purchase and Installation of Vehicle Exhaust Capture System Contract #8889-1 BOND NUMBER 7901157095 IN FAVOR OF City of Newport Beach (Obligee) ON BEHALF OF Air Exchange, Inc. (Principal) IT IS AGREED THAT, in consideration of the original premium charged for this bond, and any additional premium that may be properly chargeable as a result of this rider, 1. The Surety hereby gives its consent to amend the following: From: To: Changing effective date of bond 09/19/2023 10/10/2023 Effective: 10/10/2023 2. PROVIDED, however, that this attached bond shall be subject to all its agreements, limitations, and considerations except as herein expressly modified, and that the liability of the Surety under the attached bond as changed by this rider shall not be cumulative. 3. Signed and sealed this 13th day of December 2023 Nationwide Mutual Insurance Company --_�¢ BY: �u ��C J'a Cat Buliubasic , Attorney in Fact ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Iowa County of Polk ) On VC,C�,otV j; i )OS before me, Larry D. Slegh, Iowa Notary Public (insert name and title of the officer) personally appeared (—,tWL VVI I)L9i6 N U who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Iowa that the foregoing paragraph is true and correct. L ♦ Larry D. Slegh f WITNESS m hand and official seal. 0 40.& Iowa Notarial Seal y • Commission number 185490 12 k My Commission Expires July 10, 2026 Signature (Seal) Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Anita R. Calderon, Dana R. Clark, Mike Kuper, Matthew Gilmer, Joshua Severson, Andrew Roby, Robert N. Johnston, Elizabeth Moore, Ashlee Heldt, Ben Lewis, JeffCose, Aaron J. Jamison, Kim Wells, Cannon R. Wilson, Spencer Paris, Larry D. Slegh, Richard E. Harman IV, Logan Dorpinghaus, Corey Days, Jill DeRobertis, Dominic Amoroso, Kyle Huntrod, Twanisha Siejkowski, Heidi Cornelison, Michael Maller, Stephen G. Sanker, Brian Pflum, Guy Tenold, Cassie McKittrick, Ashley Leavell, Cara Buljubasic, Trevor Sharp, Joshua Coleman, Amy Palmer, Jennifer Anderson, Randi Allen, Andrew Jennings, Andrew P. Andersen, Jesse Huston, Kwanah Kim, Maxine Coffin each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS ($5,000,000.00) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT !!1 STATE OF NEW YORK COUNTY OF NEW YORK: ss .�� On this 20th day of August, 2021, before me came the above named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding *;CAinstrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed �` ♦ hereto is the corporate seal of said Company, and the said corporate seal and his signature were \��► duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthurAe Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires October 19 2024 My Commission Expires Ofmber 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 13th day of December 1 2023 Assistant Secretary BDJ 1(08-21)00 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. E. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. F. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from Pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution Page C-2 conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each Page C-3 required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of Page C-4 non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. Page C-5 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Page C-6 4 2 288 D+ 80 qSearch Insured Name �AIQR EXCHANGE INC (FV00001092) AIR EXCHANGE INC (FV00001092) Active Records Only Advance Search Insured Tasks Admin Tools View Insured Notes History 4= Deficiencies Coverages Requirements Add Edit Help Video Tutorials 111 Insured Name: Account Number: Address: f Status: I Insured AIR EXCHANGE INC n FV00001092 1141 E PHILADELPHIA ST, ONTARIO, CA, 91761 Currently in Compliance. Business Unit(s) DBA Name Print Insured Info Account Information Account Number: Risk Type: Do Not Call: Address Information FV00001092 Public Works Formal Agreement Address Updated: Mailing Address Physical Address Insured: AIR AIR EXCHANGE INC EXCHANGE INC Address 1: 1141 E 1141 E PHILADELPHIA S PHILADELPHIA ST Address 2: City: State: ONTARIO ONTARIO CA CA City of Newport Beach Page I of 4 PURCHASE 3 INSTALLATION OF VEHICLE EXHAUST CAPTURE S'r STEM (8889-1) bidding on 09� 131023 3 01 PM (PDT) Fir fad 04, 10,2024 Bid Results Bidder Details Vendor Name Air Exchange Address 495 Edison Ct Suite A Fairfield, California 94534 United States Respondee John Whitney Respondee Title Regional Sales Manager Phone 909-238-7686 Email john.whitney@airexchange.com Vendor Type License # CADIR Bid Detail Bid Format Electronic Submitted 09/18/2023 11:31 AM (PDT) Delivery Method Bid Responsive Yes Bid Status Submitted Confirmation # 346020 Resoondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal C-8889-1 Air Exchange.pdf Bid Submittal C-8889-1 Air Exchange.pdf Bid Submittal Packet 2. Bidders Bond.pdf 2. Bidders Bond.pdf Bid Bond PlanetBide city of Newport Beach PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM (8889-1) bidding on 09;18/2023 3.01 PM (PDT) Page 3 of 4 Printed 041lW024 Line Items Discount Terms No Discount Item # Item Code Type Section 1 1 2 3 4 5 6 7 8 Item Description u0M QTY Unit Price Line Total Response Comment $355,210.79 Mobilization and Demobilization Lump Sum 1 $10.331.38 $10,331.38 Yes As -Built Document (Fixed Cost) Lump Sum 1 $500.00 $500.00 Yes Fire Station No.3 Lump Sum 1 $107,751.80 $107,751.80 Yes Fire Station No.4 Lump Sum 1 $30,186.71 $30,186.71 Yes Fire Station No.5 Lump Sum 1 $51,193.44 $51,193.44 Yes Fire Station No.6 Lump Sum 1 $36,904.44 $36,904.44 Yes Fire Station No.7 Lump Sum 1 $60,806.61 $60,806.61 Yes Fire Station No.8 Lump Sum 1 $57,536.41 $57,536.41 Yes PlanelBids City of Newpod Beach PURCHASES INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM (8889-1) bidding on 09i18i2023 301 PM (PDT) Page 4 of 4 Printed 04/1012024 Line Item Subtotal-) Section Title Section 1 Grand Total Line Total $355,210.79 $355,210.79 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM EQUIPMENT CONTRACT NO. 8889-1 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3 6-1.1 Construction Schedule 3 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 4 6-9 LIQUIDATED DAMAGES 5 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 5 7-2 LABOR 5 7-2.2 Prevailing Wages 5 7-5 PERMITS Replace this Section with "A City Building Permit is not required." Error! Bookmark not defined. 7-7 COOPERATION AND COLLATERAL WORK 5 7-8 WORK SITE MAINTENANCE 5 7-8.4 Storage of Equipment and Materials 6 7-8.4.1 General 6 7-8.4.2 Storage in Public Streets 6 7-8.6 Water Pollution Control 6 7-8.6.2 Best Management Practices (BMPs) 6 7-10 SAFETY 7-10.1 Traffic and Access 7-10.4 Safety 7-10.4.1 Work Site Safety SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment PART 2 - CONSTRUCTION MATERIALS SECTION 215 — BUILDING MATERIALS PART 3 - CONSTRUCTION METHODS 315-3 SUBMITTALS 315-3.1 Product Data APPENDIX A - 7 7 7 7 7 7 7 7 9 9 9 9 9 9 9 MANUFACTURER SPECIFICATIONS 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PURCHASE & INSTALLATION OF VEHICLE EXHAUST CAPTURE SYSTEM EQUIPMENT CONTRACT NO. 8889-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B-5304-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2021 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "C-61" and "D-34" Prefabricated Equipment Contractor license. All electrical work taking place shall require the contractor or subcontractor to possess a "C-10" electrical contractors license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-5.3.3 Shop Drawings Add to this section: Shop drawings required for air exhaust removal system. Electrical shop drawings shall be provided per manufacturer's specifications, Appendix A. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of the purchase and installation of vehicle exhaust capture system equipment as more fully specified in the manufacturer's equipment specifications (Appendix A) and contract documents at the following locations: 1. Fire Station No. 3 (868 Santa Barbara Drive) 2. Fire Station No. 4 (124 Marine Avenue) 3. Fire Station No. 5 (410 Marigold Avenue) 4. Fire Station No. 6 (1348 Irvine Avenue) 5. Fire Station No. 7 (20401 Acacia Street) 6. Fire Station No. 8 (6502 Ridge Park Road) SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 2 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer and/or Project Manager. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 3 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Except as modified in Section 6-1.1, normal working hours are limited to 8:00 a.m. to 5:00 p.m., Monday through Friday. Contractor shall work at one site at a time, unless otherwise approved by the Project Manager and/or Engineer. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $251 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans or drawings to the Engineer. Retention payment and bonds will not be released until the as -built plans KI are reviewed and approved by the Engineer. A set of approved shop drawings and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer or Project Manager at the time each progress payment is submitted. Any changes to the approved drawings that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, and continuous sequence so as to minimize inconvenience to facilities' users as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK Add to this Section: "City fire crews at Fire Stations are on continuous duty and will need continuous access to their facilities to respond to incidents in the field. The contractor at all times shall be prepared to temporarily cease operation in short notice to give City fire crews access to the apparatus bay and building." 7-8 WORK SITE MAINTENANCE A 7-8.4 Storage of Equipment and Materials 7-8.4.1 General Add to this Section: "Store materials not in use in tightly covered containers in well - ventilated areas with ambient temperatures continuously maintained at not less than 45 degrees F (7 degrees C) or more than 120 degrees F (49 degrees C). Maintain containers in clean condition, free of foreign materials and residue. Remove rags and waste from storage areas daily." 7-8.4.2 Storage in Public Streets Construction materials and equipment may not be stored in streets, roads, or sidewalk areas. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) Where applicable, the Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 9 7-10 SAFETY 7-10.1 Traffic and Access Add to this Section: "Although not expected on this Project, whenever any portion of the public sidewalk or roadway adjacent to the work location is impacted by the staging of materials or equipment, the Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also available at Building News Bookstore. Pedestrian access shall be maintained to the extent possible. The Contractor shall furnish and install signage, barricades, construction fencing, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction. Since the City's fire stations operate continuously, the Contractor shall expect and plan for vehicle and pedestrian traffic around work at all times. Construction delineators and other warning devices shall be placed whenever work is being performed along points of access for safely." 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 10 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to 7 complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include providing bonds, insurance and financing, preparing BMPs, construction schedule, Schedule of Values, site cleanup, at least one (1) portable toilet, and all other related work as required by the Contract Documents and these Special Provisions. Item No. 2 As-Builts (Fixed Cost, $500.00): Work under this item shall include all shop drawings and/or diagrams, manuals, etc. related to the installation of the equipment at each fire station. Item No. 3 Fire Station No. 3 (868 Santa Barbara Drive): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the apparatus bay of Station No. 3. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 4 Fire Station No. 4 (124 Marine Avenue): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the apparatus bay of Station No. 4. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Note: This station does not require a Crab Retrieval System (CRS). Item No. 5 Fire Station No. 5 (410 Marigold Avenue): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the apparatus bay of Station No. 5. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 6 Fire Station No. 6 (1348 Irvine Avenue): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the apparatus bay of Station No. 6. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 7 Fire Station No. 7 (20401 Acacia Street): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the apparatus bay of Station No. 7. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 8 Fire Station No. 8 (6502 Ridge Park Road): Work under this item shall include all equipment, materials, supplies, labor and costs needed to procure and install a vehicle exhaust capture system as more fully described in the specifications, in the E:3 apparatus bay of Station No. 8. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. 9-3.2 Partial and Final Payment From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 215 — BUILDING MATERIALS PART 3 - CONSTRUCTION METHODS 315-3 SUBMITTALS 315-3.1 Product Data For each type of product submitted as part of the Schedule of Values, include any preparation requirements, installation instructions, and warranties. The prefabricated equipment shall be manufactured by Plymovent Corporation or approved equal, subject to approval by the City. Attached. APPENDIX A MANUFACTURER EQUIPMENT SPECIFICATIONS we APPENDIX A MANUFACTURER EQUIPMENT SPECIFICATIONS VEHICLE EXHAUST REMOVAL SYSTEM PART 1: GENERAL 1.01 RELATED DOCUMENTS A. Conditions of the Contract and portions of Division One of this Project Manual apply to this Section as though repeated herein. 1.02 SUMMARY A. Provide all labor, materials, and equipment necessary to put in working operation a complete turnkey vehicle exhaust removal system to remove both diesel and automotive exhaust gases and particulate of operating vehicles within the confines of specified fire station(s). All necessary controls, motors, fittings, ductwork, blower(s), labor and all other equipment and materials specified shall be part of the work. B. Section Includes: 1. Manufacturer 2. Rail Material 3. Crab Retrieval System (CRS) 4. Top Mounting Suspension 5. Support Legs 6. Hydraulic Brake System 7. Rail Splicing Joint 8. Middle Rail Duct Connection 9. Trolley Assembly 10. Upper Flexible Hose 11. Mid Hose 12. Lower Hose Assembly 13. Safety Disconnect Coupling Handle 14. Collection Nozzle Assembly 15. Hose Saddle 16. Electrical Controllers 17. Electrical System 18.Air Moving Devices 19. Ductwork System C. All items of equipment and materials described in these specifications are to be furnished installed and placed into proper operating condition in accordance with good practice and manufacturer's written or published instructions. 1. The vehicle exhaust removal system shall be a suction rail system with a automatic crab retrieval system to provide virtually 100 percent complete evacuation of all diesel fumes at the source from start up to exit of the apparatus from the fire station. The CRS (crab retrieval system) shall automatically return the exhaust crab/trolley to the rear connection point at 233525-1 the rear of the station on drive through bays. The vehicle exhaust removal system shall be capable of delivering complete coverage for bays up to 60 ft. (18.3 m) in length. The system must be able to accommodate drive through and back -in bays to meet all the needs of the fire department. 2. System must be designed and installed to NIOSH recommendation, specifying that occupational exposures to carcinogens be limited to the lowest feasible concentration. Exposure in the human breathing zone should be limited to lowest feasible level, without any time delay required for the system to effectively capture the diesel fumes. 3. System must also be capable to provide virtually complete capture and evacuation of carbon monoxide emitted as part of the vehicle exhaust. 4. Systems that solely use filters, in which diesel particulate may accumulate, and that would potentially have to be treated as hazardous materials, will not be accepted. 5. System must meet the guidelines for the International Mechanical code for Source Capture Systems. Such system is defined as a mechanical exhaust system designed and constructed to capture air contaminants at their source and to exhaust such contaminants to the outdoor atmosphere. 6. The system shall not affect personnel boarding the apparatus. Hose loops shall not hang any lower than six feet (1.8 m) from the bay floor. The hose assembly shall not come into contact with the vehicle other than one connection point to the vehicles tailpipe. The hose assembly shall not touch or drag on the bay floor. 7. The exhaust system shall not block doorways, exits, and aisles in the apparatus bay, which could endanger the welfare of fire personnel or visitors. 8. The exhaust system shall not need to be disconnected from the vehicle while shore lines are connected, during battery charging, or washing of the vehicle, as with other types of systems. 9. To protect the apparatus electrical system from possible damage, the system bid shall not incorporate any type of electromagnetic device that requires the apparatus to be utilized as an electrical ground for systems operation. When reviewing requests for substitutions, no exception to the following requirement should be allowed. 10. Due to the harmful effects of diesel exhaust, the system must be designed and capable of capturing virtually 100% of the exhaust gas and virtually 100% of the particulate even in the event of a complete power failure. The system shall not detach itself from the apparatus for any reason during a power failure other than normal exiting of the apparatus bay. System shall discharge exhaust outside the station even in the event of a power failure. 11.The system shall capture the exhaust gases and particulate directly from the tailpipe of the apparatus by a direct connected "visible" high temperature rated hose. Particulates emitted from the apparatus are known to be heavier than air and therefore must be captured by a directly connected hose with a tight seal, as loose nozzles or air filters cannot capture these heavy particulates. The particulates have been documented 233525-2 to be the main respirable carcinogen in diesel exhaust, and therefore are the primary concern of the fire department to capture virtually 100% of these particulates. 1.03 SUBMITTALS A. Product Data: Indicate manufacturer's model number, technical data including description of components and static pressure/air flow chart, and installation instructions. 1. Details of wiring for power differentiating between manufacturer -installed and field - installed wiring. B. Closeout Submittals: Operation and Maintenance data manual including spare parts list. 1.04 QUALITY ASSURANCE A. Engage a factory certified installer to perform work of this Section who has completed installations similar in design and extent to that indicated for this Project, and who has a record of successful in-service performance. No Exceptions. B. The manufacturer must be a ISO 9001:2015 certified www.iso.org manufacturer with certification issued to a United States facility, this shows a commitment to delivering the highest quality service and products to the end user. Manufacturer shall be UL and CUL Certified www.u1.com/database/ and certified by the Air Movement and Control Association (AMCA) www.amca.org/search.htm to ensure quality, consistency and reliability of products. All certification documents shall be provided and attached to the bid proposal. No exceptions. C. The manufacturer shall be DRC Conflict Free. Manufacturers shall only supply products that do not contain minerals that directly or indirectly finance or benefit armed groups in the Democratic Republic of the Congo or an adjoining country. Please refer to the Dodd -Frank Wall Street Reform and Consumer Protection Act, Section 1502. D. Engage a firm experienced in manufacturing vehicle exhaust removal systems similar to that indicated for this project and with a record of successful in-service performance. E. Conduct conference at project site. Review methods and procedures related to vehicle exhaust removal system installation. 1. Review access requirements for equipment delivery. 2. Review equipment storage and security requirements. 3. Inspect condition of preparatory work performed by other trades. 4. Review structural loading limitations. 5. Review that all components specified in this Section and related components specified in other Sections are accounted for. 1.05 DELIVERY, STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading: Deliver components with protective packaging. Store in original protective crating and covering and in a dry location. 233525-3 1.06 PROJECT/SITE CONDITIONS A. Existing Conditions: Verify dimensions installation areas by field measurements. 1.07 COORDINATION A. Coordinate layout and installation with other work, including light fixtures, fixed equipment and work stations, HVAC equipment, radiant tube heaters and fire - suppression system components. B. Coordinate location and requirements of service -utility connections. 1.08 REFERENCES A. Air Movement & Control Association International, Inc. 1. AMCA Standard 500-D-98, "Laboratory Methods of Testing Dampers for Rating". B. ASTM International. 1. Stainless Steel: a. A240/A240M-04ae1 Standard Specification for Chromium and Chromium - Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications b. Bright, Directional Polish: No. 4 finish. 2. Aluminum: a. B209/209M-04 Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate b. Powder -Coated Finish: Immediately after cleaning and pretreating, electrostatically apply manufacturer's standard baked -polymer thermosetting powder finish. Comply with resin manufacturer's written instructions for application, baking, and minimum dry film thickness. 3. Galvanized Steel: a. A653/A653M-04a Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 4. ArmorGaly a. Specifications: ASTM A 1059 M b. ArmorGaly is a thermal diffusion galvanizing, duplex coating with galvanic separation/insulation properties. PART 2: PRODUCTS 2.01 MANUFACTURER A. Plymovent Corporation 5 Corporate Drive Cranbury, New Jersey 08512 USA Telephone: (609) 395-3500 Toll Free: (800) 644-0911 233525-4 FAX: (609) 655-0569 WEB: info@plymovent.com Equipment shall be manufactured by Plymovent Corporation or approved equal, subject to approval by the City. 2.02 RAIL MATERIAL A. Rail Material: One-piece continuous extruded aluminum rail in a minimum length of 19 ft. (5.8 m) in an effort to reduce the points of leakage due to joints or connections. The construction profile shall be of a square profile type, width of 5 3/4 inches (146 mm) with a rail thickness of 0.177 inch (4.5 mm). The bottom portion of the rail shall have a continuous slot to accept a rubber lip seal. Rail Material: Aircraft aluminum alloy Type AA-6063 (ASTM B209/B209M). Aluminum Rail: Extruded as a one piece design to maximize the structural integrity of the rail and to minimize joints. Extruded into the rail profile shall be all necessary mounting guides, which will allow for support of the rail mounting hardware. Mounting Channels: Provided continuously along the top on both sides of the rail extrusion in order the proper positioning of all required mounting supports in accordance with codes. The rail shall allow the trolley/hose assembly to glide to the door threshold in a safe and effective manner. The extruded rail channel shall allow the whole rail to remain rigid and shall provide an area to attach bolts for splicing additional rails together for systems over 19 ft. (5.8 m) long. The overall extruded rail lengths shall be 19 ft. (5.8 m) standard. Rail System: Equipped with a hydraulic braking system that limits travel of flex hose/trolley as the vehicle exits the building. Hydraulic Brake: Incorporated into the end cap of the suction rail. 2.03 Automatic Crab Retrieval System: A. The Crab Retrieval System (CRS) shall be designed for installation onto the suction rail making it fully automatic. The CRS shall be designed to automatically return the crab/trolley and Grabber collection hose assembly to the vehicle entrance door upon the disconnection of the Grabber nozzle from the vehicles tailpipe upon exiting the station. The CRS shall be incorporated into the rail system end caps. The CRS system shall be motorized and fully automatic. System shall be initiated and controlled by a fully self-contained 120 volt electrical controller utilizing fully adjustable electrical limit switches for ease of adjustment. The system shall have a centrally located low voltage pushbutton station for initiating a manual return and a emergency stop button for safety reasons. Each CRS system shall provide return of a single or tandem vehicle crab(s) in a single drive through apparatus bay. The system shall be designed and manufactured by the Exhaust Removal System company. No third party or private label suppliers shall be allowed. 2.04 TOP MOUNTING SUSPENSION A. Top Mounting Suspension: Designed to attach with 2 extruded aluminum mounting cleats to the mounting slots that are extruded into the top of the rail profile. The top suspension mount support shall consist of 2 triangular extrusions with a 90 degree 233525-5 brake providing a mounting cleat provided with 2 pre -punched % inch (10 mm) holes for attaching to the aluminum leg assembly. 2.05 SUPPORT LEGS A. Support Leg and Mounting Feet: Manufactured and provided by the supplier of primary exhaust removal system (Equipment Manufacturer). Leg Material: Aircraft aluminum alloy Type AA-6063 (ASTM B209/B209M). Supports shall come standard in 19 feet (5.8 m) lengths. A minimum of one support with appropriate bracing shall be provided for every 10 linear feet (3.0 m) of track profile. The support legs shall consist of a square tubular profile with dimensions no less than 2 inch (50.8 mm) OD X 0.1 inch (2.5 mm) with % inch (10 mm) fastening hardware provided. Vertical Adjustable Mounting Foot: Capable of attaching the leg assembly to a ceiling with a 30 degree pitch, complete with a slider bar and % inch (10 mm) hardware necessary for mounting the horizontal rail to the mounting channel system. Horizontal Adjustable Mounting Foot: Capable of attaching the leg assembly to a wall, complete with a slider bar and % inch (10 mm) hardware necessary for mounting the horizontal leg to the mounting channel system. Support Leg: Equipped with round tubular zinc -plated steel knee brace with pressed ends in standard lengths of 20 inches (508 mm), 30 inches (762 mm) and 72 inches (1.8 m). Angle completely adjustable to the leg support and mounted perpendicular and parallel to direction of the track. Typical Support Angle: 45 degrees from the centerline of the factory provided support leg. The standard leg shall be capable of meeting a Seismic 4 requirement. "Uni-strut", all -thread rod, and/or chains may not be used in place of a leg assembly as sole support of the system. Vertical support and bracing shall be provided to safely secure the rail profile in accordance with building code and seismic standards which may apply. A minimum of one support with appropriate bracing shall be provided for every 10 (3 m) to 12 linear feet (3.7 m) of rail profile. 2.06 HYDRAULIC BRAKE SYSTEM A. Hydraulic Brake System: Incorporated into the end cap of the suction rail profile. The hydraulic brake system must incorporate a hydraulic shock capable of reducing the forward impact of 1 to 4 suction trolleys which may be installed now or in the future to the exhaust rail system. This hydraulic shock shall be secured to a steel end cap fabricated of a 0.1181 inch (3 mm) steel plate with formed 90 degree side rails for rigidity. End cap shall be secured to the rail with 6- 8 mm bolts with Nyloc nuts (3 on each side). The end cap shall be of a black powder coated finish. The hydraulic shock shall be capable of reducing to a full stop the trolley(s) in less than 4 inch (102 mm), without physical damage to either the rail profile or trolley that it is stopping. The back end cap shall have an end feed 5 inch duct connection and shall be a black powder coated finish. 2.07 RAIL SPLICING JOINT A. Rail Splicing Joint: Formed steel fitting equal to the internal dimensions of the suction rail profile. The splice shall have a wall thickness of no less than 14 gauge (2 mm) in thickness and a length of no less than 7.87 in. (200 mm) from end to end. Rail joint shall be secured by 12- 5/16 in. (DIN 933 M8) bolts with Nyloc nuts in the top and sides of the rail. Self -tapping bolts or screws are not acceptable. 233525-6 2.08 MIDDLE RAIL DUCT CONNECTION A. Middle Rail Duct Connection: The rail duct connection shall be rectangular to a 5 inch (125 mm) diameter round transition fitting fabricated from 22 gauge (.8 mm) galvanized steel (ASTM A653/ 1.0330/DC01+ZE). The rectangular slot shall be 19.5 inches (498 mm) long by 1.8 inch (46 mm) wide with a 1/4 inch (6 mm) external flange to slide into the rail profile and secured with self -tapping screws. 2.09 TROLLEY ASSEMBLY A. Trolley Assembly: Gantry type trolley with sealed bearing loaded wheels designed to roll inside the internal rail profile flange. The trolley chassis shall be aluminum and epoxy coated with a black finish. The chassis shall be fitted with a tapered suction cone. Rubber Sealing Lips: Shall contact the trolley with (10) ten Teflon rollers on each side of the suction cone to minimize resistance between the suction cone and the rubber sealing lips. The suction cone transition shall be a tapered slot design which shall fit inside the suction rail profile. The tapered slot shall be equal or exceed in area the diameter of exhaust ventilation hose to which it is attached. Trolley Assembly: Equipped with rubber impact bumpers at both the front and rear of the trolley chassis to eliminate metal to metal contact which could damage the trolley assembly. There shall be a system balancer assembly provided to aid in the delivery of the hose to the exit door. Balancer Assembly: Self-adjusting weight spring tension balancer with a lifting capacity of no less than 31 pounds (14 kg). The balancer shall have a minimum diameter steel cable of .080 inch (2 mm) and have a safety link connection. 2.10 UPPER FLEXIBLE HOSE A. Flexible ST (Standard Temperature) exhaust hose manufactured for the sole purpose of venting high temperature exhaust gases. Flexible Upper Hose: Designed strictly for the harsh environment of rapid response and auto -release of a vehicle exhaust tailpipe. Hose: Shall be 4 inch (100 mm) or 5 inch (125 mm) diameters with a length of 4 ft. (1.2 m), without joining or splicing connections. Hose Material: High temperature synthetic rubber impregnated into a high temperature laminated fabric with a mechanically crimped connection around a coated steel wire. This construction of hose must be capable of operating at continuous temperatures of 400' F (204' C) and intermittent temperatures of 500' F (260' C), such as are experienced when pump checks are performed inside the fire station. Protective Clip Cover: This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal helix and be provided in a safety yellow color. The bend radius of the high temperature hose shall be no less than 1.5 times the diameter of hose to ensure that hot gases are not restricted as they pass through the system. Hoses utilizing an exposed metal helix will not be acceptable due to potential burn hazard and/or shock hazard from being utilized as a grounded, grounding or current carrying conductor for electromagnet connections. 2.11 MID HOSE 233525-7 A. ST (Standard Temperature) Mid Hose: Designed strictly for the harsh environment of rapid response and auto -release from a vehicle exhaust tailpipe. Semi rigid hose: Shall be 4 inch (100 mm) or 5 inch (125 mm) diameter by 10 ft. (3 m) long section of yellow and black hose identical in appearance to the lower hose assembly and extending from the metal saddle to the SDCH. Hose Material: High temperature synthetic rubber impregnated into a high temperature laminated fabric with a minimum overlapping thickness of 2 7/16" inches (62 mm). This construction of hose must be capable of operating at continuous temperatures of 400' F (204' C) and intermittent temperatures of 500' F (260' C), such as are experienced when pump checks are performed inside the fire station. An independent third party test report shall be submitted with bid as proof of claim. Wire Helix: Bound and protected in laminations of hose winding. This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal helix. The hose shall further protect the internal wire helix from heat buildup and in turn add increased visibility to personnel. Wear Strip: 9/16" inch (14.2 mm) wide and be provided in a safety yellow color. Hoses utilizing an exposed metal helix will not be acceptable due to potential burn hazard and/or shock hazard from being utilized as a grounded, grounding or current carrying conductor for electromagnet connections. 2.12 LOWER HOSE ASSEMBLY B. HT (High Temperature) Lower Hose: Semi rigid 4" inch (100 mm) or 5" inch (125 mm) diameter by 2 ft. (610 mm) long section of yellow and black hose identical in appearance to the upper hose. This construction of hose must be capable of transporting exhaust at continuous temperatures of 900° F (482' C) and intermittent temperatures of 1,050° F (566° C). An independent third party test report shall be submitted with bid as proof of claim. Wire Helix: Bound and protected in laminations of high temperature material. This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal wire helix. The hose shall further protect the internal wire helix from heat buildup and in turn add increased visibility to personnel. High Temperature Wear Strip: 9/16" inch (14 mm) wide and be provided in a safety yellow color. Shall support the magnetic collection nozzle and stainless steel reducing elbow in a semi rigid fashion to allow for the operator to place hose collection nozzle onto the tailpipe without bending over. The lower hose is the only section of hose which shall disconnect from the upper hose assembly and act as a safety disconnect in the unlikely event the nozzle gets entangled. Hoses utilizing an exposed metal helix will not be acceptable due to potential personnel burn hazard. 2.13 SAFETY DISCONNECT COUPLING HANDLE A. Safety Disconnect Coupling Handle (SDCH): An injection molded composite body with a 4 inch (100 mm) or 5 inch (125 mm) diameter hose connection. A 360 degree rubber bumper to protect the vehicle and disconnect from wear shall be incorporated in the design of the system. Coupling: Consists of a aluminum inner flange collar connected by a patented easy reconnect mechanism. The release tension of this device shall be preset at 102 pounds of force (450N) and easily reconnected with only 3 pounds of force (13N). 2.14 COLLECTION NOZZLE ASSEMBLY 233525-8 A. Collection Nozzle Assembly: Provides a substantially air tight seal around exhaust tail pipe when connected thus allowing for virtually 100% source capture. The seal shall limit escape of life threatening exhaust gases. B. The Magnetic Nozzle shall be engineered and designed with rare earth magnets that are strategically positioned on the face of the collection nozzle. The Magnetic Nozzle shall be coated with a BlackArmour high temperature, wear and corrosion resistant duplex coating, to limit the effects from corrosive ocean air. The collection nozzle shall also incorporate a protective rubber safety cover to avoid damage to vehicle and surroundings. The magnets shall only make contact with the face of the tailpipe adapter located on the tailpipe. The reducing elbow that connects the flexible hose to the collection nozzle shall be fabricated using continuous welded construction and shall be made from polished 304 stainless steel. The angle of transition shall be no less than or greater than 67 degrees from the centerline of the reducer. The stainless steel reducer shall incorporate a primary expanded metal debris screen, which is permanently affixed by weld joints to the inside opening of collection nozzle. The collection nozzle shall be connected from a upright standing position by the user without bending over. Since this item is a point of safety for both personnel and the system itself. C. The TopGrade conical tailpipe adapter shall be constructed from a high temperature, corrosion resistant, magnetic stainless steel, to limit the effects from corrosive ocean air. The conical tailpipe adapter shall be of a self -aligning "Click and Seal' design for aiding in the connection and release of the collection nozzle from the fire apparatus. 2.15 HOSE SADDLE A. Metal Hose Suspension Saddle: Fabricated of steel and powder coated with a black matte finish specifically manufactured for the sole purpose of suspending high temperature exhaust ventilation hose in a rapid response and auto -release application. The design of the saddle shall smoothly transition the direction of the hose during its travel along the track. Securing clamps shall be provided including a link fastener, for the purpose of attaching it to the balancer. 2.16 ELECTRICAL CONTROLLERS A. Controller: Built and supplied by a UL and CUL recognized and listed exhaust system manufacturer. Controller shall carry the UL and CUL listing label as an "Enclosed Industrial Control Panel." Individual components listed by UL and CUL shall not satisfy the above requirement. Manufacturer shall undergo quarterly inspections by UL to verify all requirements and standards are met as outlined by UL and CUL. The controller shall be delivered as an Operating System Three series controller or an approved equal to the specifications to follow. B. Electrical Controllers: Bear a visible UL and CUL listing label as proof of subscribership and shall be validated by UL www.ul.com/database/ as an "Enclosed Industrial Control Panel'. Certification documents shall accompany bid documents. 1. Manufacturer Name: 2. UL File No.: 233525-9 3. Electrical controller and exhaust system manufacturer shall be recognized and listed by UL and CUL. No private label or 3rd party controllers. No exception will be allowed. Controller shall be manufactured in accordance with Underwriters Laboratories standard UL-508A for "Enclosed Industrial Control Panels". The electrical controller shall include a Class 1 limited energy control circuit. Enclosures shall be NEMA 12 rated and UL listed as Type 12. The electrical control components shall be provided and mounted in an electrical enclosure to restrict access to internal components of the controller by authorized personnel only. C. Controller Performance: Designed to sense the output pressure and/or temperature change inside the ductwork system, which is normally generated by any internal combustion engine designed to propel a motor vehicle. The operating logic shall be designed to complete this cycle. At any point in time when a collection device is connected to a motor vehicle's exhaust tailpipe, as the operator starts the vehicle, the controller shall automatically sense the engine's output pressure or temperature of the exhaust and in turn energize the electrical contactor which will supply power to the AMCA certified spark resistant fan. Through the use of an adjustable timer the controller shall keep the contactor energized for up to sixty minutes in accordance with the stations response requirement. If the responding vehicle does not disconnect from the exhaust ventilation system in less than the designated setting, the optional temperature override switch shall override the time delay to ensure continuous system operation. This automated function will work for as long as the exhaust gas temperature is in excess of the setting on the heat sensor located in the ductwork system. This cycle shall not allow the electrical contactor, which energizes the exhaust fan, to short cycle or stop the fan while the system is connected to an operating vehicle. D. Motor Control Contactor: ABB Industrial Electrical Contactor. The contactor shall be UL - CUL listed as an approved component. E. Motor Control Overload Relay: ABB Industrial Electrical Relay. Overload relay shall have an adjustable trip range to meet the proper full load amperage of the blower motor. F. Soft Touch Controls: Incorporated on the face or the access door of the controller by the use of an adhesive backed Lexan membrane type label to prevent water infiltration, which would void the NEMA 12 rating. Label: Provided and secured permanently to the exterior of the electrical controller. Label: Includes the name of the manufacturer, address, telephone number, user instructions and any warnings or cautions required by Underwriters Laboratories. 1. Auto Start: This mode of operation shall be strictly for normal day to day use, as it would apply to receiving an emergency call and leaving the station. Any one or combination of the three devices listed below in Paragraph K shall activate the system. The system shall maintain itself in the Auto Start mode and always return there after the Stop sequence has been initiated. The controller shall not have a permanent off position due to the potential health hazards of diesel exhaust components. 2. Stop: This mode of operation shall be a system override to shut down the system manually. Upon activating this mode of operation the exhaust system blower shall shut down. After a period not to exceed three seconds the controller shall 233525-10 automatically return to the Auto Start ready mode. This shall be a safety feature to prevent a potential health hazard from carcinogenic diesel exhaust leakage from systems having an undesirable open nozzle. 3. Manual Run: This mode of operation shall be a system override to run the exhaust system blower continuously for the purpose of running the vehicles indoors for equipment checks during inclement weather. Upon activating this mode of operation the exhaust system blower shall start and run continuously until the Stop mode is activated at which point the system will automatically return to the Auto Start ready mode within a maximum three second time period. G. System Indicator LED's: Show system status at all times. 1. Auto Start Indicator: Indicate the system is in the fully automatic mode of operation and that power is on to the controller. 2. Fan On Indicator: Indicate that power is being applied to the system blower and the controller is operating normally. 3. Filter Status Indicator: Indicates, if flashing, excessive pressure loss across the optional filter bank media. Consequently the filter must be serviced to maintain optimum efficiency of the system. 4. Stop Indicator: Indicate the fan has been manually de -energized and will return to the Auto Start ready sequence in less than three seconds to prevent the system blower from being left in the Off mode. 5. Manual Run Indicator: Indicate the fan is operating in a continuous run mode until interrupted by the stop mode activation. H. Controller Transformer: UL listed industrial control circuit transformer sized to properly supply all components so that only one transformer shall be required. Transformer shall be provided with multi -tap primary for 115, 208, 240, 277, 400, 480, and 600VAC, and 24 VAC secondary operating on 50 or 60 hertz with a capacity of 35 volt amperes. I. Control Circuit Protection: By the use of primary and secondary fuses to meet UL and CUL requirements. The primary shall be protected by a pair of FLQ style fuses. A single GMA style glass fuse rated at 3.15 amps at 250V shall protect the secondary side of the control circuit. J. Electronic Control Circuit Card: Solid state printed circuit board. The soft touch controls shall be an integral part of the control circuit card. The control circuit card shall utilize a potentiometer to adjust the length of the timing cycle up to 60 minutes. It shall incorporate several different modes of operation and optional features. K. Activation Devices: 1. Engine Start Switch: An engine pressure sensing type, capable of recognizing the output pressure of any type of motor vehicle exhaust. The electrical contact shall be dry type and not to exceed 24VAC. There shall be one sensor per vehicle. 2. Wireless Transmitter and Receiver System: Shall be operating on a 2400 MHz frequency. Complies with FCC rule part 15, FCC ID: UY124. The receiver shall utilize 3 independent channels of control and capable of supporting up to 60 transmitters. The receiver shall operate on 12-24 VAC or VDC and enclosed in a non-metallic enclosure with a clear see through lid to view system supervisory 233525-11 functions. The transmitter shall be programmable and shall be powered by a 3 year battery for ease of replacement and cost savings. The transmitter shall have an open field range of 1000 feet (305 m) and shall be initiated by a NO contact closure such as from a pressure switch mounted on the traveling exhaust system trolley or a vehicle powered ignition transmitter mounted in the vehicle. L. Clean Filter Indicator Alarm: Used in conjunction with an optional Unifilter for filtering diesel exhaust particulate before release to the atmosphere. The clean filter indicator shall monitor the pressure loss across the filter bank media. Once the useful life of the filter has been depleted the pressure differential switch will signal a high-pressure loss and flash the "Fan On" indicator while the exhaust blower is running. M. Electrical Wiring: Run in wire channel to allow for easier identification of the wiring circuits and for a neat appearance. All wiring circuitry shall meet National Electric Code and UL and CUL standards for proper size, bending radiuses and terminations. N. Electrical Terminal Block: 600 V, UL and CUL rated and recognized. It shall provide individual connection points for remote controls, clean filter indicator and power connections. The primary and secondary control wiring fuses shall be incorporated into the terminal block as one unit. O. Product Manual: Shall be provided with each electrical control box supplied. The product manual shall include a description of components with part numbers inclusive to the controller. It shall include a wiring schematic showing all internal circuitry as well as all field installed wiring connections to the controller. P. Electrical Interference: To protect the apparatus and communications, designs that allow any possibility of electrical back -feed or induced current which may interfere with a central services communication or onboard vehicle computer logic or navigational equipment will not be accepted. 2.17 ELECTRICAL SYSTEM A. Station Electric Supply Panel: The power circuit for the "Emergency Response Vehicle Exhaust Removal System" shall originate in a circuit breaker panel board of the appropriate size to handle the load. Fan circuit shall be supplied by a UL listed, HACR rated circuit breaker (HACR rating is specifically for motor type loads) of the same type as indicated by the manufacturer of the circuit breaker panel or a dual element time delay fuse for fuse style panels. The circuit shall be clearly marked on an engraved ledger plate or in ink on the panel schedule as "Emergency Response Vehicle Exhaust Removal System". B. OS-3 Automatic Controller: Built and supplied by a UL recognized and listed exhaust system manufacturer. Controller shall carry the UL - CUL listing label as an "Enclosed Industrial Control Panel". Individual components listed by UL shall not satisfy the above requirement. Manufacturer must undergo quarterly inspections by UL to verify all requirements and standards are met as outlined by UL and CUL. The controller shall be delivered as an Operating System Three series controller or an approved equal to the specifications in 2.16 Electrical Controllers. The controller shall be mounted 6 feet (1.8 m) to the top of the cabinet AFF (above finished floor). A safety 233525-12 disconnecting means must be within sight of the controller for servicing and for safety reasons. If the supply panel is not within sight, a separate disconnecting means is required beside the controller (per NEC Code 2020). Safety disconnect shall be capable of being locked in the off position to follow lockout, tag out procedures. C. Power Wiring Conduit: Minimum of EMT utilizing fittings for damp locations such as apparatus wash down areas (per NEC Code 2020). Conduit shall be supported with a conduit strap every 10 ft. (3 m) and within 3 feet (1 m) of each box or termination, (per NEC Code 2020). D. Power Wiring from Supply Panel to OS-3: THHN stranded copper wire consisting of a flame retardant, heat -resistant thermoplastic insulation with a nylon jacket for abrasion, gas, and oil resistance and rated up to 600 volts or similar. E. Low Voltage Control Wiring: Minimum of a 16/2 multi -conductor cable to meet UL standards for the controller's low voltage field wiring. F. Low Voltage Control: Encased in a minimum of inch (12.7 mm) EMT from the OS-3 Controller to the attic or building steel where it shall terminate with a EMT connector with a threaded plastic bushing. Conduit: Supported with a conduit strap every 10 feet (3 m) and within 3 feet (1 m) of each box or termination (per NEC Code 2020). The 16/2 multi -conductor cable shall be supported by the building structure and ran in a manner that the cable will not be damaged by normal building use (per NEC Code 2020), securely fastening it with nylon tie wraps every 24 inches (610 mm) to 36 inches (914 mm). Draping of the cable perpendicular to building steel or support members will be unacceptable. G. Power Wiring from OS-3 to Fan Motor: Minimum of EMT utilizing compression type fittings for damp locations such as apparatus wash down areas (per NEC Code 2020). Conduit shall be supported with a conduit strap every 10 ft. (3 m) and within 3 ft. (1 m) of each box or termination (per NEC Code 2020). Conduit shall extend through the outside wall through a hole of the proper size and terminate directly into the back of the safety disconnect with the appropriate connector and sealed with a silicon sealer or cement mortar. (Using fan model number select appropriate wire from Table 1-1). H. Fan Safety Disconnect: Non -fusible, NEMA 3R rated for wet locations, mounted adjacent to the AMCA Certified blower. Safety disconnect shall be capable of being locked in the off and on position to follow lockout, tag out procedures (per NEC Code 2020). I. Liquid Tight Flexible Metal Conduit: UL listed liquid tight flexible metallic conduit (Sealtite). Conduit will encase the load wires and ground wire from the safety disconnect switch to the blower motor. Conduit length not to exceed 4 feet (1.2 m) from disconnect to blower motor. The appropriate listed terminal fittings shall be used (per NEC Code 2020). J. Spark Resistant Blower: AMCA certified, designed and installed as a direct drive spark resistant blower. The motor shall meet current EPACT standards for energy savings. Fans utilizing belt drives and steel impellers will not be accepted. 233525-13 K. Wireless Pressure Switch: One for each apparatus connected to the system. The pressure switch shall operate at a maximum of 24VAC, pre -calibrated at .18 in. of water column. Mounting shall be accomplished by drilling a % inch (9.5 mm) hole into the aluminum crab transition and thread the hole with a Ys inch NPT tap, then thread the switch into the rail. For wireless systems, mounting shall be accomplished by drilling a % inch (9.5 mm) into the hose connection of the trolley and threading the switch into the hole. The electrical connections shall be made with a 0.020 inch (.5 mm) by 0.187 inch (4.8 mm) female quick disconnect terminals, such as Thomas & Betts part no. 14RBD-18277 or equivalent. Fan Component Sizing Table 1-1 Plymovent Fan Component Sizing Table 1-1 Single Phase 10 Plymovent Product Number Motor Manufacturer * HP Rating Name Plate 2023 NEC Table 430.248 Amps Wire Size THHN AWG Length of wire in Feet (Meters) Start to Finish Circuit Breaker Size Voltage FLA From To ** FUA-2700-216 BALDOR 1.5 115 17 20 10 0 86 26.2 30A 208-230 8.5 11-10 12 0 195 59.4 20A Three Phase 30 Plymovent Product No. Motor Manufacturer HP Rating Name Plate 2023 NEC Table 430.250 Amps Wire Size THHN AWG Length of Wire in Feet (Meters) Start to Finish Circuit Breaker Size Voltage FLA From To TEV-359-536 FUA-3000-5361 BALDOR 2 7.5 208 5.2 7.5 14 0 231 70.4 15A 230 4.8 6.8 14 0 277 84.4 15A 460 2.4 1 3.4 14 0 1,111 338.6 15A TEV-585-536 BALDOR 1 1 230 18.4 1 22 10 0 183 55.7 30A 460 9.2 1 11 14 0 289 88 15A *Note: Guidelines are subject to change without notice. Data supplied from our primary motor supplier. Please confirm at time of order. Plymovent assumes no liability for any electric installation, all local, city, and the 2023 National Electric Code must be followed. This chart is a minimum standard and to be used as a guideline only. Based on 3% voltage drop for branch circuits. ** Note: If distance is longer than the distance shown in the table, calculate for voltage drop per 2023 NEC. 2.18 AIR MOVING DEVICES A. Centrifugal Fans: Direct drive centrifugal type, high pressure, single width, single inlet as required or indicated. Impeller Wheels: Radial design or backward incline for performance, spark resistant and made of a non-ferrous material to prevent static electricity build up. The impeller shall be dynamically and statically balanced and of the non -overloading type to provide maximum efficiency while achieving quiet, vibration -free operation. The fan housing shall be manufactured from a epoxy powder coated galvanized steel or nonferrous material. The outlet configuration shall be top horizontal, bottom horizontal, or upblast. The housing shall be capable of field reconfiguration in the event the mounting position needs to be changed for unforeseen reasons. The exhaust discharge outlet shall be in compliance with International Mechanical Code and ACGIH recommendations (min. of 36 inches (1 m) above roofline). Air intakes, windows, cascade systems, prevailing currents, communication equipment and building aesthetics shall be considered in the final location of the fan. 233525-14 For aesthetic reasons the fan motor and assembly shall be mounted on a epoxy powder coated galvanized steel mounting base to prevent rust stains on the exterior of the building. Belt driven fans are unacceptable due to maintenance reasons and the potential for the fan to be left non -operational without warning. B. Fan Motor and Bearing: All 1/2 horsepower (373 watts) to 15 horsepower (11 kw) motors shall be totally enclosed fan cooled (TEFC) continuous duty rated. The motors shall be dual voltage where applicable. Motors shall comply with the government mandated "Energy Policy and Conservation Act" (EPACT) as outlined by the Department of Energy. The bearings shall be self -aligned, ball bearing type permanently sealed and lubricated. C. Performance: Lengths of ductwork, hoses, elbows, branches, wyes, etc. which increase the static pressure of the system, shall be taken into account to properly size the fan. The delivered volume shall be calculated taking into account the static regain of the vehicles engine exhaust (based on a virtually airtight connection at the tailpipe). The manufacturer's provided fan(s) shall be performance guaranteed by AMCA certification. 1. Required Fan Capacity: The Fan Capacity shall be sized as such as to deliver the required CFM at each hose drop to which the vehicle is attached. a. The 4 inch (100 mm) hose system shall be designed to deliver a minimum of 340 CFM (577 m3/h) at a velocity of 4500 FPM (23 m/s) at the hose and nozzle connection. b. The 5 inch (125 mm) hose system shall be designed to deliver a minimum of 540 CFM (917 m3/h) at a velocity of 4500 FPM (23 m/s) at the hose and nozzle connection. D. Location: The preferable fan location shall be on the outside of the fire station as far away from any living quarters as possible so that firefighters would not be disturbed by the system activation. No blower fans shall be mounted inside the fire station. Silencers shall be provided when fan sound pressure level exceeds 64 dBA. 2.19 DUCTWORK SYSTEM A. Ductwork Type and Materials: UMC Class 2 or SMACNA Class II product conveying duct, meet or exceed criteria for construction and performance as outlined in Round Industrial Duct Construction Standards, SMACNA. Materials of construction unless otherwise specified for all ductwork and fittings shall be a minimum G-90 galvanized sheet metal (ASTM A653/A653M). Only when specified, Type 304 stainless steel (ASTM A240/A240M) shall be provided. B. Ductwork Sizing and Gauges: Round pipe construction, with the range of available sizes not to exceed 16 inches (406 mm) in diameter. Duct gauge shall depend on diameter and a minimum operating pressure of 8 inches of water gauge (1993 Pa). Acceptable Gauge and Reinforcement Requirements: Inner duct diameter 4 inches (101 mm) through 11 inches (279 mm) diameter shall be 22 gauge standard pipe (International Mechanical Code). 233525-15 C. Ductwork Fittings: Round and have a wall thickness 2 gauges (one even gauge number) heavier than the lightest allowable gauge of the downstream section of duct to which they are connected (International Mechanical Code). Air Duct Branch - Entrances: Factory fabricated fittings or factory fabricated duct /tap assemblies. Fittings: Constructed so that air streams converge at angles no greater than 45 degree (International Mechanical Code). All Seams: Continuous stitch welded and if necessary internally sealed to ensure air tightness. Turning elbows shall be stitch - welded and used for all diameters and pressures. They shall be fabricated of 24 gauge galvanized steel and constructed as two piece with continuous welded seam construction fittings similar to those provided by Lindab Inc. Tapered Body Fittings: Used wherever particular fallout is anticipated and where air flow is introduced to the transport duct manifold. D. Ductwork Design Velocities: Minimum of 3500 FPM (18 m/s) to 4000 FPM (20 m/s) transport velocity. Capture Velocity: 4500 FPM (23 m/s) to 5500 FPM (28 m/s) to extract virtually 100 percent of the exhaust gases. E. External Ductwork: Sized for the exact inlet and outlet of the exhaust fan blower. An exhaust rain cap shall be supplied and manufactured in accordance with EPA standard for free draft rain cap requirements. Included as an integral part of this rain cap shall be a back draft damper to provide protection from rain and other inclement weather. F. Exhaust Penetrations: The core drilling shall be properly sized to reduce the diameter of the opening to the smallest possible size. PART 3 EXECUTION 3.01 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances, service -utility connections, and other conditions affecting installation and performance of equipment. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Provide surface/substrate preparation as installation instructions. Do not proceed receive vehicle exhaust system installation. 3.03 INSTALLATION required by the manufacturer's printed with installation is in proper condition to A. Install vehicle exhaust system in accord with manufacturer's written instructions, original design and referenced standards. 3.04 ADJUSTING A. Adjust vehicle exhaust system for proper operation. Replace any parts that prevent the system from operating properly. 233525-16 3.05 CLEANING A. Remove all debris caused by installation of the vehicle exhaust system. Clean all exposed surfaces to as fabricated condition and appearance. 3.06 PROTECTION A. Provide protection of the completed installation until completion of the project. Repair any damage at no additional cost to Owner. 3.07 TRAINING A. Provide training to fire department personnel in the daily use and maintenance of the vehicle exhaust removal system that has been installed and specified herein. The fire department shall be notified at least 7 days prior to the date scheduled for the training course. Training shall be for all personnel involved with the operation of the exhaust removal system to include all shifts required to man the particular facility. The Training session shall be performed in person by a recognized representative of the manufacturer of the exhaust removal system, in addition a training video shall be provided to the fire department. 1. Provide training to all shifts during their normal shift period. 3.08 WARRANTY A. Provide a written warranty for a period of one (1) year from date of shipment for all components. END OF SECTION 233525 233525-17 d Qn n K W V 2 n a a ° a w m c a oe z N > osuwAwnwzo //\/% r//r• G ,1 �� K�O C� N § z + § � \ L § �) ! | |; §f � \� ) §( < U x = !; . <. k § 2 ^ \ \ \ [ § )) _ \ / / \ {[ \< ~\ y > \� !_ : y < F1 } \ u / \ \ 7 § } + S , .! o \ .z = @ ❑ • ® wLU w )} / § j z G =" � ° t \ \} § ~� ƒ /\` II �}\ ! §) E % t� o ° ;!! \ a \§ c \ y g <;,� { � � | § z z /}\\\}}\(§§ � \/ � �rv¥ ■■■ ■| ■ � \ ] ( ||, }\ � � 2 / « � _ � §|! §! $ § ! t§ §. §E \§ . | §, |. . § § 0 §|t!£ !f z ƒ k�UL § of$ LU w§2\ k \\IL a_\ \U,\ � |§ §. � � \ �� § § a. of$ LU w§2\ k \\IL a_\ \U,\ � |§ §. � � \ �� § § a. � O m O N a a a 2 a 1 0 A E W K q 41 N Z d y d Z O f C Z s L c m L o to aG L O +, o W c v a U a a � U / \a a L� 6 f 3 D Cl- tt - - c uQi CD_ c ° Z CU -o a� Y112 r, �p and LLd Nx n O f to 0 m oa n flp _ t � N L" o ° � c T a� z° f �Qui J a W Fn- Z � C9 D w Z. \ 3' "a a O =ama O O @ m > w - I J LU W Z W w a }Z Coo o _ a ~ � Q n. \ J TC n W Z ( O Z Q > W 2 W e Fx m O s� 4 1 wo �LL Z W of � Z E J F inJn�� |;(r !; Ja■,.- �&Ek 2 |�2;r@:Ek � , � & � z # � ��-I|!! ���■�■ |tt||| § � [ � _ _ § / � � � ��; [§ §|§ '�; ! ! § � ( J [( ;! AIR EXCHANGE powered by PLYMUVENT" Equipment Design and Rendering Schematics Station #3 DATE: September 18,2023 PROPOSAL FOR: City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 REF: Purchase and Installation of Vehicle Exhaust Capture System - Contract No. 8889-1 SCOPE OF WORK: EQUIPMENT, MATERIAL AND LABOR @ PREVAILING WAGES - included* Station #3 *1 Year Preventative Maintenance Bay #1-2-3 (3) MRP-75-1-MG-CRS Rail System with Crab Return MINI RAIL SYSTEM 75 INCLUDES: 71.5' OF EXTRUDED ALUMINUM PROFILE 150' FEET OF MRP RUBBER LIP 7-TOP SUSPENSION MOUNT KITS 2 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 35 ROPESET 120 FEET 1 AUTO RETURN SW CRS-E Bay #4 (1) MRP-75-3-MG Rail System with NO Crab Return MINI RAIL SYSTEM 75 INCLUDES: 71.25' OF EXTRUDED ALUMINUM PROFILE 2- MRP RAIL END CAPS 1- HYDRAULIC SHOCK 2- RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 150' FEET OF MRP RUBBER LIP 7-TOP SUSPENSION MOUNT KITS (6) TOTAL FOR ALL BAYS 4" Hose Drop - Magnetic MAGNETIC GRABBER (MG) UPPER, 4 IN. STANDARD TEMP (ST) HOSE PACK, 1 DROP,/MRP INCLUDES: 1- UPPER ST HOSE 4 IN. X 4 FT. 2- BRIDGE HOSE CLAMPS 1- METAL HOSE SADDLE 4 IN. 1- BALANCER ASSEMBLY 1- STRA/MRP INTERNAL CRAB ASSEMBLY 1- MID, STANDARD TEMP (ST) HOSE 4 IN. x 10 ft., WITH CLAMPS, 1 PIECE, MRP 1 -MAGNETIC GRABBER (MG) 5 IN., HIGH TEMP (HT) HOSE 4 IN., SAFETY DISCONNECT HANDLE (SDCH) LOWER ASSEh (1) OS-3 Fan Motor Control Box (1) TEV-585-536 NEMA 7.5 HP - 3450 RPM-208/230 3PH (1) 12" Silencer (1) 12" Rain Cap 52 1 P (1) Wireless Auto / Start Priceless TAX----------------------------------------------------------------------------------------------------------- ---------------$107, 751.80 AIR EXCHANGE powered by PLYMrJVENT-' } | ,| | § � � � � /\ § | [ %% | , ���)����§§� ���: �§§§�� ���� , � \ AIR EXCHANGE powered by PLYMUVENT" Station #4 DATE: PROPOSAL FOR: REF: Contract No. 8889-1 SCOPE OF WORK: i September 18,2023 City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 Purchase and Installation of Vehicle Exhaust Capture System - EQUIPMENT, MATERIAL AND LABOR @ PREVAILING WAGES - *1 Year Preventative Maintenance included* Station #4 Bay #1 (1) MRP-20-1-MG- Rail System MINI RAIL SYSTEM 20 INCLUDES: 19' OF EXTRUDED ALUMINUM PROFILE 1- MRP RAIL END CAP FRONT W/ HYDRAULIC SHOCK 1- MRP RAIL CONNECTION END 125MM/5" DIA CONNECTION (REAR) 40' FEET OF MRP RUBBER LIP 2-TOP SUSPENSION MOUNT KITS (1) TOTAL FOR BAY #1 4" Hose Drop - Magnetic MAGNETIC GRABBER (MG) UPPER, 4 IN. STANDARD TEMP (ST) HOSE PACK, 1 DROP,/MRP INCLUDES: 1- UPPER ST HOSE 4 IN. X 4 FT. 2- BRIDGE HOSE CLAMPS 1- METAL HOSE SADDLE 4 IN. s 1- BALANCER ASSEMBLY 1- STRA/MRP INTERNAL CRAB ASSEMBLY 1- MID, STANDARD TEMP (ST) HOSE 4 IN. x 10 ft., WITH CLAMPS, 1 PIECE, MRP 1MAGNETIC GRABBER (MG) 5 IN., HIGH TEMP (HT) HOSE 4 IN., SAFETY DISCONNECT HANDLE (SDCH) LOWER ASSEMI (1) OS-3 Fan Motor Control Box (1) FUA-3000 536 NEMA 2 HP - 3450 RPM-208/230 3PH (1) 10" Silencer (1) 10" Rain Cap (1) Wireless Auto / Start Priceless TAX------------------------------------------------------------------------------------------------ ------------------$30,186.71 54 1 P AIR ■ EXCHANGE UJ powered by PLYMNVENT' qg 3g ; i 4Y$ iB o H i O wC fl O z §fl7� m 3 i � O � 30 CD z• c� r _{� _ _ 1 ' I - _ ►$ .29 : .ty . c 1 .fF I r ; O G m [n c � 3 3 A R � - i N_ a �i�GYFitlti�.� --, 551Page AIR EXCHANGE powered by PLYMUVENT" Station #5 DATE: PROPOSAL FOR: REF: No.8889-1 SCOPE OF WORK: September 18,2023 City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 Purchase and Installation of Vehicle Exhaust Capture System - Contract EQUIPMENT, MATERIAL AND LABOR @ PREVAILING WAGES - *1 Year Preventative Maintenance included* Station #5 Bay #1 (1) MRP-35-1-MG-CRS- Rail System MINI RAIL SYSTEM 35 INCLUDES: 33.25' OF EXTRUDED ALUMINUM PROFILE 70' FEET OF MRP RUBBER LIP 3-TOP SUSPENSION MOUNT KITS 1 RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 20 ROPESET 66 FEET 1 AUTO RETURN SW CRS-E Bay #2 (1) MRP-35-1-MG-CRS- Rail System MINI RAIL SYSTEM 35 INCLUDES: 33.25' OF EXTRUDED ALUMINUM PROFILE 70' FEET OF MRP RUBBER LIP 3-TOP SUSPENSION MOUNT KITS 1 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 - CRS-E MRP MOTORSECTION (REAR END CAP) 1 - CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 - CRS 20 ROPESET 66 FEET 1 - AUTO RETURN SW CRS-E (2) TOTAL FOR BAYS 4" Hose Drop - Magnetic MAGNETIC GRABBER (MG) UPPER, 4 IN. STANDARD TEMP (ST) HOSE PACK, 1 DROP,/MRP INCLUDES: 1- UPPER ST HOSE 4 IN. X 4 FT. 2- BRIDGE HOSE CLAMPS 1- METAL HOSE SADDLE 4 IN. 1- BALANCER ASSEMBLY 1- STRA/MRP INTERNAL CRAB ASSEMBLY 1. MID, STANDARD TEMP (ST) HOSE 4 IN. x 10 ft., WITH CLAMPS, 1 PIECE, MRP 1MAGNETIC GRABBER (MG) 5 IN., HIGH TEMP (HT) HOSE 4 IN., SAFETY DISCONNECT HANDLE (SDCH) LOWER ASSEMBI (1) OS-3 Fan Motor Control Box (1) FUA-3000 536 NEMA 2 HP - 3450 RPM-208/230 3PH (1) 10" Silencer (1) 10" Rain Cap (1) Wireless Auto / Start 56 P Priceless TAX--------------------------------------------------------------------------- ------------$51,193.44 AIR I EXCHANGE [�! powered by PLY MNVEN T` §( r %b §Q §| � § 2 Q k§§\k§§2}2I k§!| 7 § ,.....,.,__ ...� :1 571Pape� 571Pape� AIR EXCHANGE powered by PLYMUVENT' Station #6 DATE: PROPOSAL FOR: REF: SCOPE OFWOW September 18,2023 City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 Purchase and Installation of Vehicle Exhaust Capture System - Contract No.8889-1 EQUIPMENT, MATERIAL AND LABOR® PREVAILING WAGES - *1 Year Preventative Maintenance included* Station #6 Bay #1 (1) MRP-50-1-MG-CRS- Rail System MINI RAILSYSTEM50INCLUDES: 47.5OF EXTRUDED ALUMINUMPROFILE 1 00'FEET OF MRP RUBBER LIP 5•TOP SUSPENSION MOUNT KITS' AIR � EXCHANGE powered by PLYMNVENT � - -� §§ §) oil MIKills! E 0 I loin I II AIR EXCHANGE powered by PLYMrJVENT" Station #7 DATE: PROPOSAL FOR: REF: Contract No. 8889-1 SCOPE OF WORK u September 18,2023 City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 Purchase and Installation of Vehicle Exhaust Capture System - EQUIPMENT, MATERIAL AND LABOR @ PREVAILING WAGES - *1 Year Preventative Maintenance included* Station #7 Bay #1 (1) MRP-70-1-MG-CRS- Rail System MINI RAIL SYSTEM 70 INCLUDES: 66.5' OF EXTRUDED ALUMINUM PROFILE 140' FEET OF MRP RUBBER LIP 7-TOP SUSPENSION MOUNT KITS 2 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 35 ROPESET 120 FEET 1 AUTO RETURN SW CRS-E Bay #2 (1) MRP-70-1-MG-CRS- Rail System MINI RAIL SYSTEM 70 INCLUDES: 66.5' OF EXTRUDED ALUMINUM PROFILE "t 140' FEET OF MRP RUBBER LIP 7-TOP SUSPENSION MOUNT KITS ` `{ 2 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 35 ROPESET 120 FEET 1 AUTO RETURN SW CRS-E (2) TOTAL FOR BAYS 4" Hose Drop - Magnetic MAGNETIC GRABBER (MG) UPPER, 4 IN. STANDARD TEMP (ST) HOSE PACK, 1 DROP,/MRP INCLUDES: 1- UPPER ST HOSE 4 IN. X 4 FT. 2- BRIDGE HOSE CLAMPS 1- METAL HOSE SADDLE 4 IN. 1- BALANCER ASSEMBLY 1- STRA/MRP INTERNAL CRAB ASSEMBLY 1- MID, STANDARD TEMP (ST) HOSE 4 IN. x 10 ft., WITH CLAMPS, 1 PIECE, MRP 1MAGNETIC GRABBER (MG) 5 IN., HIGH TEMP (HT) HOSE 4 IN., SAFETY DISCONNECT HANDLE (SDCH) LOWER ASS (1) OS-3 Fan Motor Control Box (1) FUA-3000 536 NEMA 2 HP - 3450 RPM-208/230 3PH (1) 10" Silencer (1) 10" Rain Cap (1) Wireless Auto / Start 60 1 P Priceless TAX ------------------------------------------------------------------------------------------------------------ -------------- $ 60, 806.61 AIR - I EXCHANGE ■ powered by PLYMNVENT' m rn 5 Z. �� �� � `� / � ATP ] \\ �%41 cn m( )§ / m z CP :5 C= ' ! ) �� m —W WTI' 2\ } � \ / , ' ] @ 611 P a g e" AIR EXCHANGE powered by PLYMrJVENT" Station #8 DATE: PROPOSAL FOR: REF: 8889-1 SCOPE OFWORK: September 18,2023 City of Newport Beach Raymund Reyes 100 Civic Center Dr. Newport Beach, CA 92660 Purchase and Installation of Vehicle Exhaust Capture System - ContractNo. EQUIPMENT, MATERIAL AND LABOR @ PREVAILING WAGES - *1 Year Preventative Maintenance included* Station #8 Bay #1 (1) MRP-60-1-MG-CRS- Rail System MINI RAIL SYSTEM 60 INCLUDES: 5T OF EXTRUDED ALUMINUM PROFILE 120' FEET OF MRP RUBBER LIP 6-TOP SUSPENSION MOUNT KITS' 2 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 20 ROPESET 66 FEET 1 AUTO RETURN SW CRS-E Bay #2 (1) MRP-60-1-MG-CRS- Rail System MINI RAIL SYSTEM 60 INCLUDES: 5T OF EXTRUDED ALUMINUM PROFILE 120' FEET OF MRP RUBBER LIP 6-TOP SUSPENSION MOUNT KITS 2 - RRDC-125, MIDDLE RAIL DUCT CONNECTOR, 5" DIAMETER 1 CRS-E MRP MOTORSECTION (REAR END CAP) 1 CRS-E MRP END CAP WITH HYDRAULIC SHOCK 1 CRS 20 ROPESET 66 FEET 1 AUTO RETURN SW CRS-E (2) TOTAL FOR BAYS 4" Hose Drop - Magnetic MAGNETIC GRABBER (MG) UPPER, 4 IN. STANDARD TEMP (ST) HOSE PACK, 1 DROP,/MRP INCLUDES: 1- UPPER ST HOSE 4 IN. X 4 FT. 2- BRIDGE HOSE CLAMPS 1- METAL HOSE SADDLE 4 IN. 1- BALANCER ASSEMBLY 1- STRA/MRP INTERNAL CRAB ASSEMBLY 1- MID, STANDARD TEMP (ST) HOSE 4 IN. x 10 ft., WITH CLAMPS, 1 PIECE, MRP MMAGNETIC GRABBER (MG) 5 IN., HIGH TEMP (HT) HOSE 4 IN., SAFETY DISCONNECT HANDLE (SDCH) LOWER ASSEMBLY (1) OS-3 Fan Motor Control Box (1) FUA-3000 536 NEMA 2 HP - 3450 RPM-208/230 3PH (1) 10" Silencer (1) 10" Rain Cap (1) Wireless Auto / Start 62 1 P Priceless TAX ------------------------------------------------------------------------- -------- $ 5 7, 5 3 6.41 AIR � EXCHANGE powered by P LY M A V E N T � «^ e\ | } ' — \ } a $ c .- . — g ) !2 ■ E \\ §3 ! a k2 2 ]� !!!!!| |!!|||!!! P «5 a.i§ § »!!!•! !�,l.,,l, _ AIR ■ EXCHANGE powered by PLYMrJVENT" Plymovent Technical & Performance Specifications SECTION 233525 MRP RAIL VEHICLE EXHAUST REMOVAL SYSTEM Magnetic Grabber' PART 1: GENERAL 1.01 RELATED DOCUMENTS A. Conditions of the Contract and portions of Division One of this Project Manual apply to this Section as though repeated herein. 1.02 SUMMARY A. Provide all labor, materials, and equipment necessary to put in working operation a complete turnkey vehicle exhaust removal system to remove both diesel and automotive exhaust gases and particulate of operating vehicles within the confines of specified fire station(s). All necessary controls, motors, fittings, ductwork, blower(s), labor and all other equipment and materials specified shall be part of the work. B. Section Includes: 1. Manufacturer 2. Rail Material 3. Crab Retrieval System (CRS) 4. Top Mounting Suspension 5. Support Legs 6. Hydraulic Brake System 7. Rail Splicing Joint 8. Middle Rail Duct Connection 9. Trolley Assembly 10. Upper Flexible Hose 11. Mid Hose 12. Lower Hose Assembly 641Pag -� EXCHANGE I'_ powered by PLYMPJVENT" 13. Safety Disconnect Coupling Handle 14. Collection Nozzle Assembly 15. Hose Saddle 16. Electrical Controllers 17. Electrical System 18.Air Moving Devices 19. Ductwork System C. All items of equipment and materials described in these specifications are to be furnished installed and placed into proper operating condition in accordance with good practice and manufacturer's written or published instructions. 1. The vehicle exhaust removal system shall be a suction rail system with a automatic crab retrieval system to provide virtually 100 percent complete evacuation of all diesel fumes at the source from start up to exit of the apparatus from the fire station. The CRS (crab retrieval system) shall automatically return the exhaust crab/trolley to the rear connection point at the rear of the station on drive through bays. The vehicle exhaust removal system shall be capable of delivering complete coverage for bays up to 60 ft. (18.3 m) in length. The system must be able to accommodate drive through and back -in bays to meet all the needs of the fire department. 2. System must be designed and installed to NIOSH recommendation, specifying that occupational exposures to carcinogens be limited to the lowest feasible concentration. Exposure in the human breathing zone should be limited to lowest feasible level, without any time delay required for the system to effectively capture the diesel fumes. 3. System must also be capable to provide virtually complete capture and evacuation of carbon monoxide emitted as part of the vehicle exhaust. 4. Systems that solely use filters, in which diesel particulate may accumulate, and that would potentially have to be treated as hazardous materials, will not be accepted. 5. System must meet the guidelines for the International Mechanical code fc Source Capture Systems. Such system is defined as a mechanical exhau., system designed and constructed to capture air contaminants at their sourc and to exhaust such contaminants to the outdoor atmosphere. 6. The system shall not affect personnel boarding the apparatus. Hose loops she not hang any lower than six feet (1.8 m) from the bay floor. The hose assembl shall not come into contact with the vehicle other than one connection point t the vehicles tailpipe. The hose assembly shall not touch or drag on the be floor. 7. The exhaust system shall not block doorways, exits, and aisles in the apparatu bay, which could endanger the welfare of fire personnel or visitors. 651 P a g AIR EXCHANGE powered by PLYMOVENT" 8. The exhaust system shall not need to be disconnected from the vehicle while shore lines are connected, during battery charging, or washing of the vehicle, as with other types of systems. 9. To protect the apparatus electrical system from possible damage, the system bid shall not incorporate any type of electromagnetic device that requires the apparatus to be utilized as an electrical ground for systems operation. When reviewing requests for substitutions are being reviewed, no exception to the following requirement should be allowed. 10. Due to the harmful effects of diesel exhaust, the system must be designed and capable of capturing virtually 100% of the exhaust gas and virtually 100% of the particulate even in the event of a complete power failure. The system shall not detach itself from the apparatus for any reason during a power failure other than normal exiting of the apparatus bay. System shall discharge exhaust outside the station even in the event of a power failure. 11.The system shall capture the exhaust gases and particulate directly from the tailpipe of the apparatus by a direct connected "visible" high temperature rated hose. Particulates emitted from the apparatus are known to be heavier than air and therefore must be captured by a directly connected hose with a tight seal, as loose nozzles or air filters cannot capture these heavy particulates. The particulates have been documented to be the main reparable carcinogen in. diesel exhaust, and therefore are the primary concern of the fire department to capture virtually 100% of these particulates. 1.03 SUBMITTALS A. Product Data: Indicate manufacturer's model number, technical data including description of components and static pressure/air flow chart, and installation instructions. 1. Details of wiring for power differentiating between manufacturer -installed and field - installed wiring. B. Closeout Submittals: Operation and Maintenance data manual including spare parts list. 1.04 QUALITY ASSURANCE A. Engage a factory certified installer to perform work of this Section who has completed installations similar in design and extent to that indicated for this Project, and who has a record of successful in-service performance. No Exceptions. B. The manufacturer must be a ISO 9001:2015 certified www.iso.orq manufacturer certification issued to a United States facility, this shows a commitment to delivering highest quality service and products to the end user. Manufacturer shall be UL and Certified www.ul.com/database/ and certified by the Air Movement and Control Ass0A 661Pag AIR ■ EXCHANGE powered by PLYMOVENT" (AMCA) www.amca.org/search.htm to ensure quality, consistency and reliability of products. All certification documents shall be provided and attached to the bid proposal. No exceptions. C. The manufacturer shall be DRC Conflict Free. Manufacturers shall only supply products that do not contain minerals that directly or indirectly finance or benefit armed groups in the Democratic Republic of the Congo or an adjoining country. Please refer to the Dodd -Frank Wall Street Reform and Consumer Protection Act, Section 1502. D. Engage a firm experienced in manufacturing vehicle exhaust removal systems similar to that indicated for this project and with a record of successful in-service performance. E. Conduct conference at project site. Review methods and procedures related to vehicle exhaust removal system installation. 1. Review access requirements for equipment delivery. 2. Review equipment storage and security requirements. 3. Inspect condition of preparatory work performed by other trades. 4. Review structural loading limitations. 5. Review that all components specified in this Section and related components specified in other Sections are accounted for. 1.05 DELIVERY, STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading: Deliver components with protective packaging. Store in original protective crating and covering and in a d rylocation."�go 1.06 PROJECT/SITE CONDITIONS A. Existing Conditions 1.07 COORDINATION A. Verify dimensions installation areas by field measurements. Coordinate layout and installation with other work, including light fixtures, fixed and work stations, HVAC equipment, radiant tube heaters and fire-suppressi, components. B. Coordinate location and requirements of service -utility connections. 1.08 REFERENCES A. Air Movement & Control Association International, Inc. 671 P a g AIR EXCHANGE powered by PLYWAVENT" 1. AMCA Standard 500-D-98, "Laboratory Methods of Testing Dampers for Rating". B. ASTM International. 1. Stainless Steel: a. A240/A240M-04ae1 Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications b. Bright, Directional Polish: No. 4 finish. 2. Aluminum: a. B209/209M-04 Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate b. Powder -Coated Finish: Immediately after cleaning and pretreating, electrostatically apply manufacturer's standard baked -polymer thermosetting powder finish. Comply with resin manufacturer's written instructions for application, baking, and minimum dry film thickness. 3. Galvanized Steel: a. A653/A653M-04a Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 4. ArmorGaly a. Specifications: ASTM A 1059 M b. ArmorGaly is a thermal diffusion galvanizing, duplex coating with galvanic separation/insulation properties. 1.09 BIDDER QUALIFICATIONS A. Bids will only be accepted from companies that have an established reputation in the business of system design, turnkey installation and long-term service of Automatic Emergency Response Vehicle Exhaust Removal Systems for a minimum of no less than five (5) years. Bidder shall be a registered corporation, partnership or sole proprietorship within the State where the installation is to take place. Bidder must have a current and valid California contractor's license for the work that is being bid. Bidder shall show proof that the system specified in this Bid Document has been field tested and proven by supplying a list of references with no less than 50 fire stations with systems installed by bidder (with comparable emergency and non -emergency run rates) within a 50 mile (322 km) radius of municipality seeking bid. References shall be submitted with the Bid Document and shall include phone numbers and contact names. 1.10 MANUFACTURER QUALIFICATIONS A. Bids shall only be accepted by bidders supplying equipment from manufacturers tha an established reputation in the business of manufacturing Automatic Emergency Re§ 681 P a g A,- R ■ EXCHANGE 61 powered by PLYMOVENT" Vehicle Exhaust Removal Systems for a minimum of no less than twenty (20) years. The' manufacturer must be a ISO 9001:2015 Certified in the United States www.iso.org, UL and CUL Certified www.ul.com/database/ and certified by the Air Movement and Control Association (AMCA) www.amca.org/search.htm to ensure quality, consistency and reliability of products. Certification documents shall be provided and attached to the bid proposal. No exceptions. Where the requirement calls for a packaged exhaust system to be provided, all items shall be the product of the manufacturer. The product offering must be a product that has been offered by that manufacturer for a minimum period of ten (10) years. No prototypes or private label products by other manufacturers will be allowed. System bid shall have a life of service of no less than 10 years to establish proof of quality, longevity and service. No exceptions. PART 2: PRODUCTS 2.01 MANUFACTURER A. Plymovent Corporation 5 Corporate Drive Cranbury, New Jersey 08512 USAF Telephone: (609) 395-3500� Toll Free: (800) 644-0911 f, FAX: (609) 655-0569 WEB: info@plymovent.com 2.02 RAIL MATERIAL .} k6ffitr ,5jf15 A. Rail Material: One-piece continuous extruded aluminum rail in a minimum lengthof19ft. (5.8 m) in an effort to reduce the points of leakage due to joints or connections," he construction profile shall be of a square profile type, width of 5 3/4 inches (146 mrhi with a rail thickness of 0.177 inch (4.5 mm). The bottom portion of the rail shall have a continuous slot to accept a rubber lip seal. Rail Material: Aircraft aluminum alloy Type AA-6063 (ASTM B209/B209M). Aluminum Rail: Extruded as a one piece design to maximize the structural integrity of the rail and to minimize joints. Extruded into the rail profile shall be all necessary mounting guides, which will allow for support of the rail mounting hardware. Mounting Channels: Provided continuously along the top on both sides of the rail extrusion iAorde the proper positioning of all required mounting supports in accordance with codes. shall allow the trolley/hose assembly to glide to the door threshold in a safe and emanner. The extruded rail channel shall allow the whole rail to remain rigid and shall an area to attach bolts for splicing additional rails together for systems over 19 ft. 691Pag AIR �.. EXCHANGE powered by PLYMOVENT" long. The overall extruded rail lengths shall be 19 ft. (5.8 m) standard. Rail System: Equipped with a hydraulic braking system that limits travel of flex hose/trolley as the vehicle exits the building. Hydraulic Brake: Incorporated into the end cap of the suction rail. 2.03 Automatic Crab Retrieval System: A. The Crab Retrieval System (CRS) shall be designed for installation onto the suction rail making it fully automatic. The CRS shall be designed to automatically return the crab/trolley and Grabber collection hose assembly to the vehicle entrance door upon the disconnection of the Grabber nozzle from the vehicles tailpipe upon exiting the station. The CRS shall be incorporated into the rail system end caps. The CRS system shall be motorized and fully automatic. System shall be initiated and controlled by a fully self- contained 120 volt electrical controller utilizing fully adjustable electrical limit switches for ease of adjustment. The system shall have a centrally located low voltage pushbutton station for initiating a manual return and a emergency stop button for safety reasons. Each CRS system shall provide return of a single or tandem vehicle crab(s) in a single drive through apparatus bay. The system shall be designed and manufactured by the, Exhaust Removal System company. No third party or private label suppliers shall be allowed. Since this is considered a Life Safety Issue, no exceptions will be allowed. 2.04 TOP MOUNTING SUSPENSION A. Top Mounting Suspension: Designed to attach with 2 extruded aluminum mounting cleats to the mounting slots that are extruded into the top of the rail profile. The top suspension mount support shall consist of 2 triangular extrusions with a 90 degree brake providing a mounting cleat provided with 2 pre -punched % inch (10 mm) holes for attaching to the aluminum leg assembly. 2.05 SUPPORT LEGS A. Support Leg and Mounting Feet: Manufactured and provided by the supplier of primary exhaust removal system (Equipment Manufacturer). Leg Material: Aircraft aluminum alloy Type AA-6063 (ASTM B209/13209M). Supports shall come standard in 19 feet (5.8 m) lengths. A minimum of one support with appropriate bracing shall be provided for every 10 linear feet (3.0 m) of track profile. The support legs shall consist of a square tubular profil with dimensions no less than 2 inch (50.8 mm) OD X 0.1 inch (2.5 mm) with % inch (10 m fastening hardware provided. Vertical Adjustable Mounting Foot: Capable of attaching. leg assembly to a ceiling with a 30 degree pitch, complete with a slider bar and % inc mm) hardware necessary for mounting the horizontal rail to the mounting channel s 701 P a g AIR EXCHANGE powered by PLYMOVENT" Horizontal Adjustable Mounting Foot: Capable of attaching the leg assembly to a wall, complete with a slider bar and % inch (10 mm) hardware necessary for mounting the horizontal leg to the mounting channel system. Support Leg: Equipped with round tubular zinc -plated steel knee brace with pressed ends in standard lengths of 20 inches (508 mm), 30 inches (762 mm) and 72 inches (1.8 m). Angle completely adjustable to the leg support and mounted perpendicular and parallel to direction of the track. Typical Support Angle: 45 degrees from the centerline of the factory provided support leg. The standard leg shall be capable of meeting a Seismic 4 requirement. "Uni-strut", all -thread rod, and/or chains may not be used in place of a leg assembly as sole support of the system. Vertical support and bracing shall be provided to safely secure the rail profile in accordance with building code and seismic standards which may apply. A minimum of one support with appropriate bracing shall be provided for every 10 (3 m) to 12 linear feet (3.7 m) of rail profile. 2.06 HYDRAULIC BRAKE SYSTEM A. Hydraulic Brake System: Incorporated into the end cap of the suction rail profile. The hydraulic brake system must incorporate a hydraulic shock capable of reducing the forward impact of 1 to 4 suction trolleys which may be installed now or in the future to the exhaust rail system. This hydraulic shock shall be secured to a steel end cap fabricated of a 0.1181 inch (3 mm) steel plate with formed 90 degree side rails for rigidity. End cap shall be secured to the rail with 6- 8 mm bolts with Nyloc nuts (3 on each side). The end cap shall be of a black powder coated finish. The hydraulic shock shall be capable of reducing to a full stop the trolley(s) in less than 4 inch (102 mm), without physical damage to either the rail profile or trolley that it is stopping. The back end cap shall have an end feed 5 inch duct connection and shall be a black powder coated finish. 2.07 RAIL SPLICING JOINT A. Rail Splicing Joint: Formed steel fitting equal to the internal dimensions of the suction rail profile. The splice shall have a wall thickness of no less than 14 gauge (2 mm) in thickness and a length of no less than 7.87 in. (200 mm) from end to end. Rail joint shall be secured by 12- 5/16 in. (DIN 933 M8) bolts with Nyloc nuts in the top and sides of the rail. Self - tapping bolts or screws are not acceptable. 2.08 MIDDLE RAIL DUCT CONNECTION A. Middle Rail Duct Connection: The rail duct connection shall be rectangular to a 1 mm) diameter round transition fitting fabricated from 22 gauge (.8 mm) galvar (ASTM A653/ 1.0330/DC01+ZE). The rectangular slot shall be 19.5 inches (49E 711Pag AIR EXCHANGE powered by PLYMOVENT" by 1.8 inch (46 mm) wide with a 1/4 inch (6 mm) external flange to slide into the rail profile and secured with self -tapping screws. 2.09 TROLLEY ASSEMBLY A. Trolley Assembly: Gantry type trolley with sealed bearing loaded wheels designed to roll inside the internal rail profile flange. The trolley chassis shall be aluminum and epoxy coated with a black finish. The chassis shall be fitted with a tapered suction cone. Rubber Sealing Lips: Shall contact the trolley with (10) ten Teflon rollers on each side of the suction cone to minimize resistance between the suction cone and the rubber sealing lips. The suction cone transition shall be a tapered slot design which shall fit inside the suction rail profile. The tapered slot shall be equal or exceed in area the diameter of exhaust ventilation hose to which it is attached. Trolley Assembly: Equipped with rubber impact bumpers at both the front and rear of the trolley chassis to eliminate metal to metal contact which could damage the trolley assembly. There shall be a system balancer assembly provided to aid in the delivery of the hose to the exit door. Balancer Assembly: Self-adjusting weight spring tension balancer with a lifting capacity of no less than 31 pounds (14 kg). The balancer shall have a minimum diameter steel cable of .080 inch (2 mm) and have a safety link connection. 2.10 UPPER FLEXIBLE HOSE A. Flexible ST (Standard Temperature) exhaust hose manufactured for the sole purpose of venting high temperature exhaust gases. Flexible Upper Hose: Designed strictly for the harsh environment of rapid response and auto -release of a vehicle exhaust tailpipe. Hose: Shall be 4 inch (100 mm) or 5 inch (125 mm) diameters with a length of 4 ft. (1.2 m), without joining or splicing connections. Hose Material: High temperature synthetic rubber impregnated into a high temperature laminated fabric with a mechanically crimped connection around a coated steel wire. This construction of hose must be capable of operating at continuous temperatures of 400° F (204' C) and intermittent temperatures of 500' F (260' C), such as are experienced when pump checks are performed inside the fire station. Protective Clip Cover: This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal helix and be provided in a safety yellow color. The bend radius of the high temperature hose shall be no less than 1.5 times the diameter of hose to ensure that hot gases are not restricted as they pass through the system. Hoses utilizing an exposed metal helix will not be acceptable due to potential burn hazard and/or shock hazard from being utilized as a grounded, grounding or current carrying conductor for electromagnet connections. No exceptions will be allowed) 2.11 MID HOSE 721 P a g AIR -� EXCHANGE powered by PLYMOVENT" A. ST (Standard Temperature) Mid Hose: Designed strictly for the harsh environment of rapid' response and auto -release from a vehicle exhaust tailpipe. Semi rigid hose: Shall be 4 inch (100 mm) or 5 inch (125 mm) diameter by 10 ft. (3 m) long section of yellow and black hose identical in appearance to the lower hose assembly and extending from the metal saddle to the SDCH. Hose Material: High temperature synthetic rubber impregnated into a high temperature laminated fabric with a minimum overlapping thickness of 2 7/16" inches (62 mm). This construction of hose must be capable of operating at continuous temperatures of 400' F (204° C) and intermittent temperatures of 500' F (260' C), such as are experienced when pump checks are performed inside the fire station. An independent third party test report shall be submitted with bid as proof of claim. Wire Helix: Bound and protected in laminations of hose winding. This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal helix. The hose shall further protect the internal wire helix from heat buildup and in turn add increased visibility to personnel. Wear Strip: 9/16" inch (14.2 mm) wide and be provided in a safety yellow color. Hoses utilizing an exposed metal helix will not be acceptable due to potential burn hazard and/or shock hazard from being utilized as a grounded, grounding or current carrying conductor for electromagnet connections. No exceptions will be allowed. 2.12 LOWER HOSE ASSEMBLY B. HT (High Temperature) Lower Hose: Semi rigid 4" inch (100 mm) or 5" inch (125 mm) diameter by 2 ft. (610 mm) long section of yellow and black hose identical in appearance to the upper hose. This construction of hose must be capable of transporting exhaust at continuous temperatures of 900' F (482° C) and intermittent temperatures of 1,050' F (566' C). An independent third party test report shall be submitted with bid as proof of claim. Wire Helix: Bound and protected in laminations of high temperature material. This shall be accomplished in a fashion, which eliminates any possibility of personnel coming in contact with an exposed hot metal wire helix. The hose shall further protect the internal wire helix from heat buildup and in turn add increased visibility to personnel. High Temperature Wear Strip: 9/16" inch (14 mm) wide and be provided in a safety yellow color. Shall support the magnetic collection nozzle and stainless steel reducing elbow in a semi rigid fashion to allow for the operator to place hose collection nozzle onto the tailpipe without bending over. The lower hose is the only section of hose which shall disconnect from the upper hose assembly and act as a safety disconnect in the unlikely event the nozzle gets entangled. Hoses utilizing an exposed metal helix will not be acceptable due to potential personnel burn hazard. No exceptions will be allowed. J 2.13 SAFETY DISCONNECT COUPLING HANDLE 731Pag ti --� EXCHANGE powered by PLYWAVENT" A. Safety Disconnect Coupling Handle (SDCH): An injection molded composite body with a 4° inch (100 mm) or 5 inch (125 mm) diameter hose connection. A 360 degree rubber bumper to protect the vehicle and disconnect from wear shall be incorporated in the design of the system. Coupling: Consists of a aluminum inner flange collar connected by a patented easy reconnect mechanism. The release tension of this device shall be preset at 102 pounds of force (450N) and easily reconnected with only 3 pounds of force (13N). No exceptions will be allowed. 2.14 COLLECTION NOZZLE ASSEMBLY A. Collection Nozzle Assembly: Provides a substantially air tight seal around exhaust tail pipe when connected thus allowing for virtually 100% source capture. The seal shall limit escape of life threatening exhaust gases. B. The Magnetic Nozzle shall be engineered and designed with rare earth magnets that are strategically positioned on the face of the collection nozzle. The Magnetic Nozzle shall be coated with a BlackArmour high temperature, wear and corrosion resistant duplex coating, to limit the effects from corrosive ocean air. The collection nozzle shall also incorporate a protective rubber safety cover to avoid damage to vehicle and surroundings. The magnets shall only make contact with the face of the tailpipe adapter located on the tailpipe. The reducing elbow that connects the flexible hose to the collection nozzle shall be fabricated using continuous welded construction and shall be made from polished 304 stainless steel. The angle of transition shall be no less than or greater than 67 degrees from the centerline of the reducer. The stainless steel reducer shall incorporate a primary expanded metal debris screen, which is permanently affixed by weld joints to the inside opening of collection nozzle. The collection nozzle shall be connected from a upright standing position by the user without bending over. Since this item is a point of safety for both personnel and the system itself. No exception will.be allowed. C. The TopGrade conical tailpipe adapter shall be constructed from a high temperature, corrosion resistant, magnetic stainless steel, to limit the effects from corrosive ocean air. The conical tailpipe adapter shall be of a self -aligning "Click and Seal' design for aiding in the connection and release of the collection nozzle from the fire apparatus. No exception will be allowed. 2.15 HOSE SADDLE A. Metal Hose Suspension Saddle: Fabricated of steel and powder coated with a black ma finish specifically manufactured for the sole purpose of suspending high tempera exhaust ventilation hose in a rapid response and auto -release application. The desi the saddle shall smoothly transition the direction of the hose during its travel along th 741Pag AIR -�.. EXCHANGE powered by PLYMrJVENT" Securing clamps shall be provided including a link fastener, for the purpose of attaching it to the balancer. 2.16 ELECTRICAL CONTROLLERS A. Controller: Built and supplied by a UL and CUL recognized and listed exhaust system manufacturer. Controller shall carry the UL and CUL listing label as an "Enclosed Industrial Control Panel." Individual components listed by UL and CUL shall not satisfy the above requirement. Manufacturer shall undergo quarterly inspections by UL to verify all requirements and standards are met as outlined by UL and CUL. The controller shall be delivered as an Operating System Three series controller or an approved equal to the specifications to follow. B. Electrical Controllers: Bear a visible UL and CUL listing label as proof of subscribership and shall be validated by UL www.ul.com/database/ as an "Enclosed Industrial Control Panel". Certification documents shall accompany bid documents. 1. Manufacturer Name: 2. UL File No.: 3. Electrical controller and exhaust system manufacturer shall be recognized and listed by UL and CUL. No private label or 3rd party controllers. No exception will be allowed. Controller shall be manufactured in accordance with Underwriters Laboratories standard UL-508A for "Enclosed Industrial Control Panels". The electrical controller shall include a Class 1 limited energy control circuit. Enclosures shall be NEMA 12 rated and UL listed as Type 12. The electrical control components shall be provided and mounted in an electrical enclosure to restrict access to internal components of the controller by authorized personnel only. C. Controller Performance: Designed to sense the output pressure and/or temperature change inside the ductwork system, which is normally generated by any internal combustion engine designed to propel a motor vehicle. The operating logic shall be designed to complete this cycle. At any point in time when a collection device is connected to a motor vehicle's exhaust tailpipe, as the operator starts the vehicle, the controller shall automatically sense the engine's output pressure or temperature of the exhaust and in turn energize the electrical contactor which will supply power to the AMCA certified spark resistant fan. Through the use of an adjustable timer the controller shall keep the contactor energized for up to sixty minutes in accordance with the stations response requirement. If the responding vehicle does not disconnect from the exhaust ventilation system in less than the designated settin the optional temperature override switch shall override the time delay to ensure continuo system operation. This automated function will work for as long as the exhaust temperature is in excess of the setting on the heat sensor located in the ductwork sy 751Pag AIR EXCHANGE powered by PLYWAVENT' This cycle shall not allow the electrical contactor, which energizes the exhaust fan, to sho cycle or stop the fan while the system is connected to an operating vehicle. D. Motor Control Contactor: ABB Industrial Electrical Contactor. The contactor shall be UL - CUL listed as an approved component. E. Motor Control Overload Relay: ABB Industrial Electrical Relay. Overload relay shall have an adjustable trip range to meet the proper full load amperage of the blower motor. F. Soft Touch Controls: Incorporated on the face or the access door of the controller by the use of an adhesive backed Lexan membrane type label to prevent water infiltration, which would void the NEMA 12 rating. Label: Provided and secured permanently to the exterior of the electrical controller. Label: Includes the name of the manufacturer, address, telephone number, user instructions and any warnings or cautions required by Underwriters Laboratories. 1. Auto Start: This mode of operation shall be strictly for normal day to day use, as it would apply to receiving an emergency call and leaving the station. Any one or combination of the three devices listed below in Paragraph K shall activate the system. The system shall maintain itself in the Auto Start mode and always return there after the Stop sequence has been initiated. The controller shall not have a permanent off position due to the potential health hazards of diesel exhaust components. 2. Stop: This mode of operation shall be a system override to shut down the system manually. Upon activating this mode of operation the exhaust system blower shall shut down. After a period not to exceed three seconds the controller shall automatically return to the Auto Start ready mode. This shall be a safety feature to prevent a potential health hazard from carcinogenic diesel exhaust leakage from systems having an undesirable open nozzle. 3. Manual Run: This mode of operation shall be a system override to run the exhaust system blower continuously for the purpose of running the vehicles indoors for equipment checks during inclement weather. Upon activating this mode of operation the exhaust system blower shall start and run continuously until the Stop mode is activated at which point the system will automatically return to the Auto Start ready mode within a maximum three second time period. G System Indicator LED's: Show system status at all times. 1. Auto Start Indicator: Indicate the system is in the fully automatic mode of ope that power is on to the controller. 2. Fan On Indicator: Indicate that power is being applied to the system blow controller is operating normally. 761Pag AIR ■ EXCHANGE powered by PLYWAVENT" 3. Filter Status Indicator: Indicates, if flashing, excessive pressure loss across the optional. filter bank media. Consequently the filter must be serviced to maintain optimum efficiency of the system. 4. Stop Indicator: Indicate the fan has been manually de -energized and will return to the Auto Start ready sequence in less than three seconds to prevent the system blower from being left in the Off mode. 5. Manual Run Indicator: Indicate the fan is operating in a continuous run mode until interrupted by the stop mode activation. H. Controller Transformer: UL listed industrial control circuit transformer sized to properly supply all components so that only one transformer shall be required. Transformer shall be provided with multi -tap primary for 115, 208, 240, 277, 400, 480, and 600VAC, and 24 VAC secondary operating on 50 or 60 hertz with a capacity of 35 volt amperes. I. Control Circuit Protection: By the use of primary and secondary fuses to meet UL and CUL requirements. The primary shall be protected by a pair of FLQ style fuses. A single GMA style glass fuse rated at 3.15 amps at 250V shall protect the secondary side of the control circuit. J. Electronic Control Circuit Card: Solid state printed circuit board. The soft touch controls shall be an integral part of the control circuit card. The control circuit card shall utilize a potentiometer to adjust the length of the timing cycle up to 60 minutes. It shall incorporate several different modes of operation and optional features. K. Activation Devices: 1. Engine Start Switch: An engine pressure sensing type, capable of recognizing the output pressure of any type of motor vehicle exhaust. The electrical contact shall be dry type and not to exceed 24VAC. There shall be one sensor per vehicle. 2. Wireless Transmitter and Receiver System: Shall be operating on a 2400 MHz frequency. Complies with FCC rule part 15, FCC ID: UY124. The receiver shall utilize 3 independent channels of control and capable of supporting up to 60 transmitters. The receiver shall operate on 12-24 VAC or VDC and enclosed in a non-metallic enclosure with a clear see through lid to view system supervisory functions. The transmitter shall be programmable and shall be powered by a 3 year battery for ease of replacement and cost savings. The transmitter shall have an open field range of 1000 feet (305 m) and shall be initiated by a NO contact closure such as from a pressure switch mounted o the traveling exhaust system trolley or a vehicle powered ignition transmitter mounted ` the vehicle. 771Pag AIR I EXCHANGE powered by PLYWIVENT" L. Clean Filter Indicator Alarm: Used in conjunction with an optional Unifilter for filtering diesel exhaust particulate before release to the atmosphere. The clean filter indicator shall monitor the pressure loss across the filter bank media. Once the useful life of the filter has been depleted the pressure differential switch will signal a high-pressure loss and flash the "Fan On" indicator while the exhaust blower is running. M. Electrical Wiring: Run in wire channel to allow for easier identification of the wiring circuits and for a neat appearance. All wiring circuitry shall meet National Electric Code and UL and CUL standards for proper size, bending radiuses and terminations. N. Electrical Terminal Block: 600 V, UL and CUL rated and recognized. It shall provide individual connection points for remote controls, clean filter indicator and power connections. The primary and secondary control wiring fuses shall be incorporated into the terminal block as one unit. O. Product Manual: Shall be provided with each electrical control box supplied. The product manual shall include a description of components with part numbers inclusive to the controller. It shall include a wiring schematic showing all internal circuitry as well as all field installed wiring connections to the controller. P. Electrical Interference: To protect the apparatus and communications, designs that allow any possibility of electrical back -feed or induced current which may interfere with a central services communication or onboard vehicle computer logic or navigational equipment will not be accepted. 2.17 ELECTRICAL SYSTEM A. Station Electric Supply Panel: The power circuit for the "Emergency Response Vehicle Exhaust Removal System" shall originate in a circuit breaker panel board of the appropriate size to handle the load. Fan circuit shall be supplied by a UL listed, HACR rated circuit breaker (HACR rating is specifically for motor type loads) of the same type as indicated by the manufacturer of the circuit breaker panel or a dual element time delay fuse for fuse style panels. The circuit shall be clearly marked on an engraved ledger plate or in ink on the panel schedule as "Emergency Response Vehicle Exhaust Removal System". B. OS-3 Automatic Controller: Built and supplied by a UL recognized and listed exhaust system manufacturer. Controller shall carry the UL -CUL listing label as an "Enclosed Industri Control Panel". Individual components listed by UL shall not satisfy the above requireme Manufacturer must undergo quarterly inspections by UL to verify all requirements standards are met as outlined by UL and CUL. The controller shall be delivered Operating System Three series controller or an approved equal to the specifications 781Pag ti EXCHANGE powered by PLYMUVENT" Electrical Controllers. The controller shall be mounted 6 feet (1.8 m) to the top of the cabinet AFF (above finished floor). A safety disconnecting means must be within sight of the controller for servicing and for safety reasons. If the supply panel is not within sight, a separate disconnecting means is required beside the controller (per NEC Code 2020). Safety disconnect shall be capable of being locked in the off position to follow lockout, tag out procedures. C. Power Wiring Conduit: Minimum of EMT utilizing fittings for damp locations such as apparatus wash down areas (per NEC Code 2020). Conduit shall be supported with a conduit strap every 10 ft. (3 m) and within 3 feet (1 m) of each box or termination, (per NEC Code 2020). D. Power Wiring from Supply Panel to OS-3: THHN stranded copper wire consisting of aflame retardant, heat -resistant thermoplastic insulation with a nylon jacket for abrasion, gas, and oil resistance and rated up to 600 volts or similar. E. Low Voltage Control Wiring: Minimum of a 16/2 multi -conductor cable to meet UL standards for the controller's low voltage field wiring. F. Low Voltage Control: Encased in a minimum of '/2 inch (12.7 mm) EMT from the OS-3 Controller to the attic or building steel where it shall terminate with a EMT connector with a threaded plastic bushing. Conduit: Supported with a conduit strap every 10 feet (3 m) and within 3 feet (1 m) of each box or termination (per NEC Code 2020). The 16/2 multi - conductor cable shall be supported by the building structure and ran in a manner that the cable will not be damaged by normal building use (per NEC Code 2020), securely fastening it with nylon tie wraps every 24 inches (610 mm) to 36 inches (914 mm). Draping of the cable perpendicular to building steel or support members will be unacceptable. G. Power Wiring from OS-3 to Fan Motor: Minimum of EMT utilizing compression type fittings for damp locations such as apparatus wash down areas (per NEC Code 2020). Conduit shall be supported with a conduit strap every 10 ft. (3 m) and within 3 ft. (1 m) of each box or termination (per NEC Code 2020). Conduit shall extend through the outside wall through a hole of the proper size and terminate directly into the back of the safety disconnect with the appropriate connector and sealed with a silicon sealer or cement mortar. (Using fan model number select appropriate wire from Table 1-1). H. Fan Safety Disconnect: Non -fusible, NEMA 3R rated for wet locations, mounted adjacent the AMCA Certified blower. Safety disconnect shall be capable of being locked in the and on position to follow lockout, tag out procedures (per NEC Code 2020). A 791Pag AIR ■ EXCHANGE powered by PLYMIrJVENT" I. Liquid Tight Flexible Metal Conduit: UL listed liquid tight flexible metallic conduit (Sealtite). Conduit will encase the load wires and ground wire from the safety disconnect switch to the blower motor. Conduit length not to exceed 4 feet (1.2 m) from disconnect to blower motor. The appropriate listed terminal fittings shall be used (per NEC Code 2020). I Spark Resistant Blower: AMCA certified, designed and installed as a direct drive spark resistant blower. The motor shall meet current EPACT standards for energy savings. Fans utilizing belt drives and steel impellers will not be accepted. K. Wireless Pressure Switch: One for each apparatus connected to the system. The pressure switch shall operate at a maximum of 24VAC, pre -calibrated at .18 in. of water column. Mounting shall be accomplished by drilling a % inch (9.5 mm) hole into the aluminum crab transition and thread the hole with a'/8 inch NPT tap, then thread the switch into the rail. For wireless systems, mounting shall be accomplished by drilling a % inch (9.5 mm) into the hose connection of the trolley and threading the switch into the hole. The electrical connections shall be made with a 0.020 inch (.5 mm) by 0.187 inch (4.8 mm) female quick disconnect terminals, such as Thomas & Betts part no. 14RBD-18277 or equivalent. Fan Component Sizing Table 1-1 Plymovent Fan Component Sizing Table 1-1 Single Phase 10 Plymovent Product Number Motor Manufacturer * HP Rating Name Plate 2023 NEC Table 430.248 Amps Wire Size THHN AWG Length of Wire in Feet (Meters) Start to Finish Circuit Breaker Size Voltage FLA From To ** FUA-2700-216 BALDOR 1.5 115 17 20 10 0 86 26.2 30A 208-230 8.5 11-10 12 0 195 59.4 20A Three Phase 30 Plymovent Product No. Motor Manufacturer HP Rating Name Plate 2023 NEC Table 430.250 Amps Wire Size THHN AWG Length of Wire in Feet (Meters) Start to Finish Circuit Breaker Size Voltage FLA From To * TEV-359-536 FUA-3000-536 BALDOR 2 7.5 208 5.2 7.5 14 0 231 70.4 15A 230 4.8 6.8 14 0 277 84.4 15A 460 2.4 3.4 14 0 1,111 338.E 15A TEV-585-536 BALDOR 1 230 18.4 22 10 0 183 55.7 30A 1 460 1 9.2 1 11 1 14 1 0 289 88 15A *Note: Guidelines are subject to change without notice. Data supplied from our primary motor supplier. Please confirm at time of order. Plymovent assumes no liability for any electric installation, all local, city, and the 2023 801Pag AIR ■ -�. EXCHANGE powered by PLYWAVENT" National Electric Code must be followed. This chart is a minimum standard and to be used as a guideline only. Based on 3% voltage drop for branch circuits. ** Note: If distance is longer than the distance shown in the table, calculate for voltage drop per 2023 NEC. 2.18 AIR MOVING DEVICES A. Centrifugal Fans: Direct drive centrifugal type, high pressure, single width, single inlet as required or indicated. Impeller Wheels: Radial design or backward incline for performance, spark resistant and made of a non-ferrous material to prevent static electricity build up. The impeller shall be dynamically and statically balanced and of the non -overloading type to provide maximum efficiency while achieving quiet, vibration -free operation. The fan housing shall be manufactured from a epoxy powder coated galvanized steel or nonferrous material. The outlet configuration shall be top horizontal, bottom horizontal, or upblast. The housing shall be capable of field reconfiguration in the event the mounting position needs to be changed for unforeseen reasons. The exhaust discharge outlet shall be in compliance with International Mechanical Code and ACGIH recommendations (min. of 36 inches (1 m) above roofline). Air intakes, windows, cascade systems, prevailing currents, communication equipment and building aesthetics shall be considered in the final location of the fan. For aesthetic reasons the fan motor and assembly shall be mounted on a epoxy powder coated galvanized steel mounting base to prevent rust stains on the exterior of the building. Belt driven fans are unacceptable due to maintenance reasons and the potential for the fan to be left non -operational without warning. B. Fan Motor and Bearing: All '/2 horsepower (373 watts) to 15 horsepower (11 kW) motors shall be totally enclosed fan cooled (TEFC) continuous duty rated. The motors shall be dual voltage where applicable. Motors shall comply with the government mandated "Energy Policy and Conservation Act" (EPACT) as outlined by the Department of Energy. The bearings shall be self -aligned, ball bearing type permanently sealed and lubricated. C. Performance: Lengths of ductwork, hoses, elbows, branches, wyes, etc. which increase the static pressure of the system, shall be taken into account to properly size the fan. The delivered volume shall be calculated taking into account the static regain of the vehicles engine exhaust (based on a virtually airtight connection at the tailpipe). The manufacturer's provided fan(s) shall be performance guaranteed by AMCA certification. 1. Required Fan Capacity: The Fan Capacity shall be sized as such as to deliver the required CFM at each hose drop to which the vehicle is attached. a. The 4 inch (100 mm) hose system shall be designed to deliver a minimum of 340 CFM (577 m3/h) at a velocity of 4500 FPM (23 m/s) at the hose and nozzl connection. b. The 5 inch (125 mm) hose system shall be designed to deliver a minimu 540 CFM (917 m3/h) at a velocity of 4500 FPM (23 m/s) at the hose and connection. 811 P a g AIR EXCHANGE powered by PLYMNVENT" D. Location: The preferable fan location shall be on the outside of the fire station as far away from any living quarters as possible so that firefighters would not be disturbed by the system activation. No blower fans shall be mounted inside the fire station. Silencers shall be provided when fan sound pressure level exceeds 64 dBA. 2.19 DUCTWORK SYSTEM A. Ductwork Type and Materials: UMC Class 2 or SMACNA Class II product conveying duct, meet or exceed criteria for construction and performance as outlined in Round Industrial Duct Construction Standards, SMACNA. Materials of construction unless otherwise specified for all ductwork and fittings shall be a minimum G-90 galvanized sheet metal (ASTM A653/A653M). Only when specified, Type 304 stainless steel (ASTM A240/A240M) shall be provided. B. Ductwork Sizing and Gauges: Round pipe construction, with the range of available sizes not to exceed 16 inches (406 mm) in diameter. Duct gauge shall depend on diameter and a minimum operating pressure of 8 inches of water gauge (1993 Pa). Acceptable Gauge and Reinforcement Requirements: Inner duct diameter 4 inches (101 mm) through 11 inches (279 mm) diameter shall be 22 gauge standard pipe (International Mechanical Code). C. Ductwork Fittings: Round and have a wall thickness 2 gauges (one even gauge number) heavier than the lightest allowable gauge of the downstream section of duct to which they are connected (International Mechanical Code). Air Duct Branch Entrances: Factory fabricated fittings or factory fabricated duct /tap assemblies. Fittings: Constructed so that air streams converge at angles no greater than 45 degree (International Mechanical Code). All Seams: Continuous stitch welded and if necessary internally sealed to ensure air tightness. Turning elbows shall be stitch -welded and used for all diameters and pressures. They shall be fabricated of 24 gauge galvanized steel and constructed as two piece with continuous welded seam construction fittings similar to those provided by Lindab Inc. Tapered Body Fittings: Used wherever particular fallout is anticipated and where air flow is introduced to the transport duct manifold. D. Ductwork Design Velocities: Minimum of transport velocity. Capture Velocity: 4500 virtually 100 percent of the exhaust gases. 3500 FPM (18 m/s) to 4000 FPM (20 m/s) FPM (23 m/s) to 5500 FPM (28 m/s) to extract E. External Ductwork: Sized for the exact inlet and outlet of the exhaust fan blower. An exh rain cap shall be supplied and manufactured in accordance with EPA standard for free, 821Pag AIR EXCHANGE Im powered by PLYMNVENT" rain cap requirements. Included as an integral part of this rain cap shall be a back damper to provide protection from rain and other inclement weather. F. Exhaust Penetrations: The core drilling shall be properly sized to reduce the diameter o opening to the smallest possible size. PART 3 EXECUTION 3.01 EXAMINATION /Fa Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances, service -utility connections, and other conditions affecting installation and performance of equipment. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Provide surface/substrate preparation as required by the manufacturer's printed installation instructions. Do not proceed with installation is in proper condition to receive vehicle exhaust system installation. 3.03 INSTALLATION A. Install vehicle exhaust system in accord with manufacturer's written instructions, original design and referenced standards. 3.04 ADJUSTING A. Adjust vehicle exhaust system for proper operation. Replace any parts that prevent the system from operating properly. 3.05 CLEANING A. Remove all debris caused by installation of the vehicle exhaust system. Clean a surfaces to as fabricated condition and appearance. 3.06 PROTECTION A. Provide protection of the completed installation until completion of the project. I damage at no additional cost to Owner. 831 P a g AIR ■ EXCHANGE powered by PLYMUVENT" 3.07 TRAINING A. Provide training to fire department personnel in the daily use and maintenance of the vehicle exhaust removal system that has been installed and specified herein. The fire department shall be notified at least 7 days prior to the date scheduled for the training course. Training shall be for all personnel involved with the operation of the exhaust removal system to include all shifts required to man the particular facility. The Training session shall be performed in person by a recognized representative of the manufacturer of the exhaust removal system, in addition a training video shall be provided to the fire department. 1. Provide training to all shifts during their normal shift period. 3.08 WARRANTY A. Provide a written warranty for a period of one (1) year from date of shipment for all components. END OF SECTION 233525 841 P a g AIR EXCHANGE powered by PLYMOVENT' System Product Data sheets Custom MRP Rail with CRS — Crab Return System PLYMUVENT clean air at work Product: Mini Rail Profile (MRP) [ia• 1.1 "'. i.? X1 X� Fl9. 1-3 Notes: 1. "It" support Irethdd: sea i19. 1.3 and support details table. 2. systen locatlbn: sae systen spec, ri cattcns table. 3. Basso On 1 Crab and hose as senbty: eao addltlon.1 :rab/hose 2dd5 40 its f. vlymbvent Corp. 5 Cmperate Orive Cranbury, Nl 08512 800-644.0911 (l, I AIR EXCHANGE powered by PLYMNVENT" CRAB RETURN SYSTEM ELECTRIC CRAB RETURN SYSTEM (CRS) Plymovenis ELECTRIC Crab Return System (CRS) contributes to the utmost protection against h—dous exhaust �sam baittg emived from rnovirtgcrs and trucks In workshops. service facilities. governmental Inspection environments and fire stations. SAFETY AND EFFICIENCY ON SITE The Plymovenc Gab Return System improves both worker safety and efficiency. How? By conveniently returning the eachaust extraction hose and nozzle to the precise start position for operators as a vehide enters the facility. The CRS mini es the amount of hose hanging 1n a facility mpared to traditional —hid. exhaust extraction systems. As a r suit, less obstructions knpnoves operator vistbihty and ptaducti ity. In addition, the CRS a ourages yjenter routine and proper usage of Pymovenis vehicle exhaust extraction system. 7 4i. F� FCTRIC HOW CRS WORKS Attach one of Plymovenis extraction nozzles to the vehicle's exhaust csilpip.-A. the vehicle moves dtrouyjt the facility• the CRS enables the exhaust extraction n ale to m along with is When the rnhicl¢ exits the facility. the nozzle can be detached manually by the user c r aum dcally. The zzle then returns to cs original starting position by simply - using a ma ...I reo coroll mausensor return trigger -in conjunction with Pymoveniswell owned Pneumatic or Magnetic Grabber- to engage the CRS.The CRS includes an emergency eergency override allowing the operator to stop the system at any time. BENEFITS G Automatic auto renetu m: with sensor return trigger! turn switch or remote control (with manual push button). G Impnwes saf-y.CRS re urns the node co a predefined m• posneft-1 atlnigthe reedfor an opera torcowalk"".01 a L ilq co retrieve c and etuoutaptng nozzle co...ahtqnti a aehlde etdvusc remo.al ry= usage. _ G For prcductfrlty:As soon as the v hide enters the e bay.operators can im med o[ey hook up the hoc. to the exhaust tailpipe, for more eff lent labor tlme G Redu c¢s hose expense: CRS ena tles the nozde to o c effldencly along wl[h the vehl de reducing the amount of hose needed. G Easy InstaUa ib CRS Is del--d 1. an easy to Install pockage. G C—Unatlon with Ptymovent s Prseurttadc G rabber� or Magnetik crabbers and a rd winning Safety Disconnect dandle. used in thousands of tattllues gbbaly. G Clean air for everyone everywhere: 6 cellen< protection agalnst haaardous exfnuzc gasses. i 861Page AIR EXCHANGE powered by PLYMNVENT" CRS controls have been simplified to eliminate the need for a full-scale electrical service Installation. Automatic return to a/pre-defined position: Sensor return trigger /auto return switch or manual remote control. Delivered In different lengths' from 10 m (33 ft-) up to 35 m (120 ft.) '✓;a:•:e+Yrh �, p.��r� az FEATURES Easily retrofitted on exisung Plymovent STR Internal Gand external v�ab systems as -ell as MRP and VSRX Q b systems. G Simple installation with a su"ard 3A slnele phase connection. 100-230V/ 1 pIJ50l60Hz G Threerbl CRS cable sets are availaec CRS-10 m (33 ft) CRS-20 m (66 ft) CRS-30 m (99 ft) The cable set contains supporting tntbie hooks' 'pear " fs d. CAS-10 rn (33 f0i PLYMMVENT' clean a,r at work. Plymovent Exhaust Extraction GmbH P.edcarztra('� 36 T +49 (0) 2241 923 88 - O 53242 Trcsiorf F +49 (0) 2241 923 88 - 10 Oeuts !FJand E experY plyrtw.tnt.de \ CRS fits both Internal and external crab systems. such as STR. MRP or VSRX.The CRS can easily be retrofitted to enhance existing Plymovent exhaust removal systems. a h::a.sob P_P_ «vy. TECHNICAL DATA 1 Saw 100-230V/IphIS0160H. 3A IS ke (33 Ibs) 10 m (33 ft) 20 m (66 ft) 3S m (120 ft) Automatic or manual — Slaw walking pace 871Page ti�., AIR EXCHANGE powered by PLYMNVENT" Magnetic Grabber and TOPGRADE Tailpipe Adapter PLYMOVENT' clean air at work MAGNETIC GRABBERS VEHICLE EXHAUST RE010VAL SYST[M the maQned[ Coame • Is a oxemod rsfilda exhum tem vai do." The H"k Ct,%M4,4 fOOM ln0atptratOi a WO 41"' j oa+Wl 4at4n «hn irle,;r aced NNpnats Met pro•taa a Wkk and ealy'C11d( end 544:" (txNlot lM 411141 OnVO W ddtannacl hom IriYeNclelstatppn TrArwlslakIraadIn00(t�xlatbn«lUfttlt O:M:aI tallppe adapte (TPA) and R Pr mft um in me We an3 Err4(O&WV SerNas etataals klWt the %*NOM rral be Ope aced ' 41 ' / bf eiQtlpinMnt deeUt a a few eJmnp the bu103N en Ofterrowy a". APPL1CA11ONS TYA (tay,CGC GIaGCGt .1 a'I.an&-. to Ea rS*l I,. the (COONVIV WICAMArl: ,r . To monnue hatade.rs "MM a.hu m emimoni Ntth Car *AWOe e.hautt OrAae and ram0.31 Sytta.'ht fu the fat4%in0 teQmtntl. rife"eT/e PACV stlr.tra sumns an Ndi as trufAry 0csom, sptci nCAT10NS a My"I d(ma 00" one orspartles leatenai • puvawed stem • ttalnlais steel . ErON n. Cmor . attar • tram AM4MItt CoOdOo s Naa. tamt;crstwe 660'f 25 41:1. _ Has Hiati, rMOty a1 arraant tMdttlore AMIA O Sta.I.;,..• 1 , a� anece(k oon lWW oiwNtu Whete ues0 ^ A ., .. . r:l�'Ile LICE/ M SIlT irld STII s.•yt or .,{ at n n1 TPA I': to G„%lit4 faPWRoPir) )1-Ordst 6Jc�llutwo _ Ntt c rti No (anYn/n0 ipedticaOoft NlrrtYfar/ a 1 Graze wei M see lematsurg SOWACMW4 Pa donetwo is we dlmenswe Parks tA.WW wrap MiN11N M.1r•{1bT,P-W . I W(h.ir tL'• t{..reJ1 Mi !W tM 1 Lj ulmiNslohs !jS A (3w mm) S in (12S mm) 3 in. (75 mm) verslat 10.2 In. (260 .rim) 0 to j 160 mmI verslen 10.6 tn. 27t mm) S in. 1)S mm) vw%W U Sin. 203 mm C 3 in. (7S man) ye(slen 7 5 In. (I" mm) a In. (100 mm) vershm 6.3 tn. (212 (nm) S In. (1)S mm) vats" 9.9 In. (253 mm) O 3 In 75 mm) vwsim IS hr(311 mm 3 S M. 00 rem VOtOM IS rt 321 M011 i In (100 mm) versicn t6 i In. (426 mm) S in. (t)S mml venlett 17.3 In, (630 mm) 6 to (ISO mm) vaisien td 5 In. (470 mm) 7 tn. (175 mm) vets" 19.5 In. (470 mm) t 30 (7Smm) vusim 65M.(lbimm) 3 S in. (00 Ir n) venter 6.5 tn. (t64 mm) e in (100 mm) vws" 7.2 in. (164 mm) S in (11S mm) vets" 9 M. 1222 man) 6 M (ISO mm)rental 9 h.m (221 m) 7 In 175 mm) vats" 9 n. (221 edtl 881Pag AIR EXCHANGE powered by PLYWAVENT" ITOPGRADE TAILPIPE ADAPTER VEHICLE EXHAUST REMOVAL SYSTEM T-e TopGrade s a tiw stainless see: a 1p-pe adapter (TPA) ersu i-g :,-se r,ost cu-We and eccroma' y s:ssairaWe cho<e fo- you- a .'.aus` remova' sys;er_ T1 a base- ^a e^a! for oL- oaG-av cc r;ca'9A is a rragr*--c star ess see: orig'ra !. desic;-*d 'or i S--end gas-: -bine a _�ausz sys-,e-m ;ccc ccncsof, -es,sn-ce arc' hg^-xr-ge a u-e s_-c �y- 'opvrace TPA is coripatble n t' a. P:yrncv.*-r: Vag Gabber• CfS- T`e Mag-etc G- bb" nc`. e --corpo-aces a se-f-a cr "tg ccr, ca desig- , -rn .-.teca:ec : rnegs pro,;ce a c,,. c< a nd easy a-d Sea.' corree_ior and co-t-ol ed d.scornec, hDm the vel' ces 2 !> pe. Ti`e n0^ e s used in cor;u ni t:on 'vi+t :'ne conical :ai pipe adap-e- (TPA,' and is prrnari`.y used in saborns whe-e tY YES' ces -nay be ooera:w cOOols. APPLICATIONS The Top&ade Tarfprpe Adapter is intendE-0 to be used for the fol'c„ ng applications: • To ruminate haardorrs vehide e,&txrt emss;ons with our vehicle echaum cagwre and rernava systens for the fdovrirng segr>*us: fire and emergency service star = as well as mli-ary factitk . SPECIFICATIONS a Physical iiimatsions and properties Material stainless steel Color save! tone ■ Ambient aoniiibions Max. relative Nmicky all ambient corndtiom aflowed Storage cbrndttions all arrnbient candtons allowed N Where used :,1 Fymovernt Magnetic Crabber+ ro--'es N ape of WPPIY Ta gtpe Adap-er (nc z'e to be ordered separatery) N Order jrtf mtatkm Article no. see matchng counm pars Number/package 11 N .Shipping data Packaging bubbe wrap N Gross weight DErrrEr+sons trleeg!x 3 in. (75 mm) j 2.4 bs (1,1 lag) 3.5 in. (90 mm) 2.4 bs (1,1 kg) 4 in. (100 mm) 2-6 bs (1,2 kg) 5 in. (125 mm) 3.7 bs (1,7 kg) 6 in. (150 mm) 3.5 !bs (1,6 kg) 7 in. (175 mm) 4.2 bs(1,9 kg) P.pe L12 1 a E • Unparalleled, hAy ailjw a ambient air inlet slom A vwxV you to matrA the e:tractrcn drmsnd Tcxr need W provK* j opb-4:ed pelf-- ef torn %r-la , i • All oortnponerrs are of stainless steel pedngree. StSi t er steel p-*le of the pymo.Cr# TcpGrsde coraiW TPA c 4I May to the eta srd b*Ve a- de-- • Compatible with the Piyrnovent lilac- . c C DIMENSIONS A 3 in. (75 mm) version j 6.7 in. (170 mm) 3.5 im (90 mm) version 6.7 in. (170 mm) 4 in. (100 mm) version 7.5 in. (190 mm) 5im (125 mm) version 9 n.(230 mm) 6 in. (150 mm) vemo n 9 in. (230 mm) j 7 in. (175 mm) verson 9 in. (230 mm) B 3 in (75 nm) version 4.8 in. (123 mm) 3.5in.(90 mm)version 4.7 n.(120 mm) 4 in. (100 mm) version 4.8 in. (122 mm) 5 in. (125 mm) version 5.6 in. (142 mm) 6 im (150 mm) version 5.5 in. (140 mm) 7 in. (175 nnm) version 6.5 in. (165 mm) u 89 1 P a AIR ■ EXCHANGE ■ powered by PLYMrJVENT" TEV and FUA Energy Saving Ventilators PLYMNVENT° clean air at work . TEV (GOHz) TEV-359/3110/559/585/745/768 The TEV Is a central extraction ran that is equipped with a lightweight aluminium Impeller, making it suited to exhaust gases, volatile fumes and dust. Matched Inlet and outlet areas, together with optimized impellers, ensure even airrowr, high Capacity and low notse level. The fan Is Intended and designed for mounting filter units and vehicle exhaust extraction systems. The fan Is rated for outdoor use. MIG-MAG/GFIA%V welding T1G welding FCAW w*ldng stkk/WtAV/ welding vehicle exhaust extraction systems )o not use the TEV fare for the following applications or in the following circumstances: alu udum laser cutting extraction of aggressive fumes and gases (e.g. from acids, alkaline or soklering paste containing lithium) extraction of " gases exceeding 176•F (80•C) condn uously grinding aluminium and magnesium name spraying extraction of cement, saw dust, wood dust, etc - explosive environments or explosive substances/gases ■ Physical dimensions and properties Material: • Impeller • housing • aluminum • powder coated galvanized sheet metal Color housing basalt gray (RAL 7011) Motor design NEMA Fan type centrWVgal, up blast InVeller backward Inclined Discharge position 90' rotatable Design conditions WF (20°C) at sea level Max. airnow temperature 176•F (80^C) continuously ■ Performance Max. starts/stops per hour 120 (1ph), 30 (3ph) ■ Ambient conditions Operating temperature: • min. • nom. • max. • -4•F (-20'C) • 68'F (20"C) • 176•F (80•C) r4ax. relative humidity 80% Storage conditions • -4 to 176•F (-20 to 80•C) • relative humidity max. 80% ■ Options and accessories Outlet transition from rectangular to round • TOL-250 • TEV-359/3110 • TOL-315 • TEV-SS9/585 • TOL-400/500 • TEV-741S 768 Soh connection for noise and vibration free connection to duct (to be Installed with Inlet and ouWt transition TOL) • SC-200 • TEV-359/3110 (Inlet) • SC-2S0 • TEV-3S9/3110 (outlet) • TEV-559/585 (Inlet) • SC-315 • TEV-S59/585 (outlet) • TEV-745/768 (Inlet) • SC-400 • TEV-746n68 (outlet) Vlbratfon dampers to isolate noise and vibration • TEV-AV/35 • TEV-359/3110/559MS • TEV-AV/79 • TEV-745/768 See consisUrig of TOL, 2 x SC and TEV-AV (not availabdle M Alo th America) • TEV-IQT/3 • TEV-359/3110 • TEV-IQT/5 • TEV-5S9/S8S • TEV- IQTj7 • TEV-74SI768 a Scope of supply Extraction tan ■ Shipping data Number/package 11 r Compliance with CE drecttves 1C Directive 2011/65/EC (RoHS) valid as of 8 'VROHS June2011 Ptymovent certifies that the products shown herein are licensed to bear the Af4CA Seal. x The ratings shown comply with the require- ® ments of the AMCA Certified Ratings Program Ptymovent are rented AMCA type 8 SPCertified motor Certified motor AIR EXCHANGE powered by PLYWAVENT" DIMENSIONS G A A 25.2 640 30.9 785 38.6 950 0 10.5 267 12.2 310 L5.8 402 c 14.0 3SS 17.5 444 23.7 603 D 9.1 230 10.6 270 11.4 290 E IN motor 3- motor 20.6 19.4 524 494 26.8 26.7 "1 678 27.0 27.1 G86 W F 07.9 0200 09.8 0250 012.4 O31S G 12.3 312 15.0 380 18.1 460 H 8.0 204 9.6 244 10.4 264 1 6.4 163 8.0 202 9.5 242 1 6.3 I60 7.9 200 8.7 220 c 74 t' FS 3 � a . c.c cx xx '_x --•- sxe Mtn AIR EXCHANGE powered by PLYMUVENT' PLYMNVENT clean air at work . FUA (60Hz) FUA-1800/2100/2700/3000/4700 The FUA is an extraction tan that is specially designed to remove exhaust gases, as well as welding and other fumes, dust and oil mist. The fan is intended and designed for mounting to extraction arms, t- flRer uruts and vehicle exhaust extraction systems or can be used as a .Central fan. The fan is rated for outdoor use. APPLICATIONS The FUA fans are intended to be used for the following applications: • MIG-MAG/GMA%V welding - • TIG welding • FCAW welding • stick/MMAP/ welding - vehicle exhaust extraction systems Do not use the FUA tans for the following applications or in the following circumstances: X • aluminium laser cutting -- • extraction of aggressive fumes and gases (e.g. m rroacids, alkaline or soldering paste containing lithium) • extraction of het gases exceeding 176-F (80•C) continuously • grinding alu ninium and magnesium - frame spraying • extraction of cement, saw dust, wood dust, etc. • explosive environments or explosive substances/gases SPECIFICATIONS ■ Physical dimensions and properties Material: • irnpelter (non-ferrous) . housing • aluminium • powder coated galvardred sheet metal Color of housing basalt grey (RAL 7011) Motor design _ NEMA Fan type centrifugal impeller backward inclined Design conditions 68•F (20•C) at sea level Max. allow temperature I 176-F 80-C continuously ■ Performance Max. starts/stops per hour 120 (lph), 30 (3ph) ■ Ambient conditions Operating temperature: - men. - nom. - rnax. • -4-F (-20-C) • 68-F (20-C) • 176-F (80-C) Max. relative humidity 110% Sterage conditions • -4 to 176-F (-20 to 80•C) • relative humidity max. 80% M ■ Options and accessories Universal mounting bracket for freestanding, wart, or ceiling mounting - 14B-FUA/S1 • MB-FUA/S2 I -FUA-1800/2100/2700 • FUA-3000/4700 Mounting bracket to mount the fan on a f7exMax extension crane, UK extractor crane or FEB Loom arm • M8-FUA/C1 • MB-FUA/C2 • FUA-1800/2100/2700 • FUA-3000/4700 Outlet transition from rec[a to round • OL-250/FUA-3000 • OL-250/FUA-4700 • OL-315/FUA-4700 3000 4700 r-FUA-4700 Soft connection • SC460 • SC-250 _ • FUA-1800/2100/2700 • FUA-3000/470O (+OL-250) ■ Scope of supply Extraction tan ■ Shipping data Harmonized Tariff Code 8414.5940.90 Number/package 11 APDQnVat SrLFQTIFTCATFrt C E compliance with CE directives compliant with CE di FUA-300014700: compliance with CE directives as part of an Instaltation Directive 2011/65/EC (ROF15) valid as QHS at 8 June 2011 X PlymovCft certifies that the products shown herein are licensed to bear the AMCA Seat. The ratings shown comply with the requirements of the AMCA Certified Ratings program. FUA fans are rated AMCA Type B M" Vivo Certified motor Certified motor 921Page AIR EXCHANGE powered by PLYWAVENT" ARTICLE NUMBERS, WEIGHTS AND PACKING DIMENSIONS FUA-1800 115/208.23W110VOU, C000102912 66.1 tbs 72.8 lbs 22.4 x 22.0 x 16.5 In. (56.9 x 55,9 x 40,6 cm) 208-230/460V/3ptV60Hz C000102913 51.8 4s S6.2 Ibs 18.5 x 18.5 x 20.9 In. (47 x 47 x S3 cm) 575V/3ph/601t C000102914 51.8 ICs 56.2 Ibs 18.5 x 18.5 x 20.9 In. (47 It 47 x 53 cm) FUA-2100 115/208.23W/iph/601Iz C000102916 67.7 bs 68.31bs 22.4 x 22.0 x 16.5 In. (56,9 x 55,9 x 42 cn) 206-230/460V/3pWOl. C000102917 54.0 bs 58.41bs 18.5 x MS x 20.9 In. (47 x 47 x 53 cm) 57SV/3W601tz 0000102918 54.0 bs 58.4 Ids 18.5 x 18.5 x 20.9 In. (47 x 47 x 53 an) FUA-2700 115/208.230V/lph/60Nz C000102919 68.3 VY. 76.1 U 22.4 x 22.0 x 16.5 tn. (56,9 x 55,9 x 42 ctn) 208-230/460V/3ph/60Hz C000102920 60.61ti. 65.0 Itn 18.5 x 18.5 x 20.9 In. (47x47x53cm) 57SV/3ph/6" C000102921 65.0 Itm 11.1 x 18.5 x 20.9 in. (47 x 47 x 53 an) FUA 3000 115/208.230VIIOV I., 0000102922 87.1 Ibs 93.7 ItX 23.2 x 23.6 x 73.6 In. (59 x 60 x 60 cm) 208.230/4W,//3ph/60Hr 0000102923 72.8 s'.rs 80.5 it), 23.6 x 23.6 x 19.3 In. (60 x 60 x 49 Cm) 575V/3pN60Itz C000103156 72.8 $0.51bs 23.6 x 23.6 x 19.31n. (80 x 55,9 x 49 cm) FUA-4700 208-230V/10160Ht 0000102924 9C.4 r. 99.2 Ibs 31.1 x 23.2 x 25.6 In. (79 x 59 x 65 an) 208-230/460V/3ph/60hx 0000102925 9C 4 ,5s 99.2 !!r. 31.1 x 23.2 x 25.6 In. (79 x 99 x 65 cm) 575V/39h/6014z COM102926 90.4 Ibs 99.2 tbs 31.1 x 23.2 x 25.6 In. (79x59x65cm) 'Gro-s:. Aright • Including packaging 5 93 AIR EXCHANGE powered by PLYMfJVENT" DIMENSIONS FUA-1800/2100/2700 FUA-300014700 r" A - - - 0 - - 10.8 275 1].7 348 8 06.3 0 159 06.3 0 ts9 06.3 0 159 7.9 201 8.1 205 G 4.9 125 4.9 125 4.9 125 5.7 146 S.7 146 D 1- motor 3- motor 1s.9 14.8 403 375 16.9 14.8 430 37S 16.9 t5.8 430 400 19.3 18.1 489 4S9 20.0 18.8 SOB 478 E 17.9 4S5 17.9 455 17.9 455 20.2 1 512 23.7 1 S91 F 9.6 244 9.6 244 9.6 1 244 9.0 228 10.2 2S8 G 0 6.3 0 160 06.3 0 L60 06.3 0 160 09.8 0 250 09.6 0 245 pi17.1 433 17.1 433 17.1 433 23.0 583 28.9 733 1 7.9 201 7.9 201 7.9 201 9.7 247 11.7 297 1 - - B.s 21S 01 310 POSSIBLE OUTLET POSITIONS FUA-1300/180,D! 2100!2700/3000 FUA-4700 1 60o or multiple 90° 45° Or mu!t:ple Ce94 3111 AIR EXCHANGE powered by PLYMMVENT" OS3 Soft Touch Control Operation System OS-3 FAN OPERATION SYSTEM 1 FLY e�' ter' EN Installation and user manual 1 961 Page AIR EXCHANGE powered by PLYWAVENT PLYMOVENT clean air at work Product: OS-3 control box Scope of p,od,cts Jailable Phase Ampera SIDI 4QU1ItING DErA i —O a0 rra hate;: 1. UL Cut (COl151 SCBA li:;c0 0 OD00-- 2. En_I JS ure rz eri al: ca rbcn steal 3. EnclJs ure -101; RAL 309E 19rey-•hitel 4, Enclos a ra 11_MA ! 5. OS-3 Control I ri be 5 et for both manual and autoaatic C fan 6, Nlrele;s recc ! contact: 24y ]. filter Stalu• .. r I , ' , nl f-- pa-18. Fan r n-lime •aClustable fro. i 1� 60 In 9. Au!_,. -uD•c nu... .n< _entr31 vta preo5ure ;r t 51.. ... rnllCS drJ . Ply--t Corp. 5 Corporate Dr - Cranbury. NI 0851E 800-644-0911 AIR EXCHANGE powered by PLYMNVENT' flashing, the pressure across the filter has exceeded the acceptable range, the filter should be replaced as soon as possible to maintain proper system operation. The OS-3 requires no specific maintenance. If the OS-3 does not function correctly, please contact your local authorized deale-rAechnician. Please refer to table I on page 11 to view the spare parts available for the OS-3. e UONT After life of the product, dispose it of in accordance Wth federal, state or local regulations. CE & UKCA declaration of conformity for machinery We, Piymovent Corp.. 5 Corporate Drive Cranbury, kJ 08512. United States., herewith declare, on our own responsibility, that the product(s): - OS-3 which this declaration refers to, Is in accordance with the conditions or the following Directives: CE EMC 20L4/30 EU CE LVD 2014135 EU - UKCA Electromagnetic Compatibility Regulations 2016 UKCA The Electrical Equipment (Safety) Regulations 2016 and is/are in conformity with the following harmonized standard(s) and/or other such normative documents + amendments, if any: - EN 150 61000-2 EN ISO 61000-6 Cranbury, the United States of America, 17 March 2023 2u_- Kees Janssen Product Manager Please refer to figures 9.1-9.4 (below), and figures 1 and 2 on pages 12 and 13 to view the wiring diagrams for the OS-3. Table 2A on page 14 and table 2B On page 15 show the fan component sizing UWrts for single phase and three phase. Fhg. 9.1 Combination of rwescure and tempe�' , —%hrl ®POEM • IN I ME SJERIM OS0GIN ■MEMO ■MEMO ■HOME minim ■SEEN. Fig. 9-2 Temm al detail for tangle phase 0'r tw Yd4p U.AM 6n tMa VM tu. va"o.rs.a hn.a.t— n...,.. w,aa• r., s..l Alen Cene.reo..� Cm Wf fIL. AWmlx.ttA �Upsm.e ApAP—tl fp.,r hdw, u Fig. 9,3 Terrrwal detail far 3 phase i 981Page AIR EXCHANGE powered by PLYMNVENT" Fire Fighter Training Outline and System Start Up Example Training Outline Purpose: To train personnel on the proper use of the Plymovent Vehicle Exhaust Extraction System Areas of Discussion: Panel: The electrical panel consists of the electrical components required to operate the system. It has a soft touch front panel with buttons for operation. Pump Check Procedure: 5 Minutes/1500 RPM system limitation Manual Run: If you are not leaving use manual run!!! Auto Run: System will operate off of the pressure sensors. System defaults, to Auto Over Load Reset: Tripped icon appearing red or yellow, push "reset" if tripped Plymovent Distributor: Call your rep.....If you have to push reset we would like to know about it. Call us with any questions. System: The rail and related components are the heart of your Plymovent System System Nomenclature: The system has several components; the Rail or Track, the Crab or Trolley Assembly, the Balancer, the Upper Hose, the Mid Hose, the Safet Disconnect, the Lower Hose (3 Ply), the Magnetic Grabber, and the Conical Adapter Operation: Attach Nozzle: Nozzle orientation, "Click and Seal" attachment, attached whil standing erect (do not lean over the tailpipe) Pressure Sensor: The pressure sensor closes due to the pressure going positive i the hose, fan kicks on, system goes into a negative, and timer board takes over. Locking Cable: System hits end of rail and allows balancer cable to play out unt the locking cable pulls tight. When locking cable pulls tight nozzle will release. 991Pag A-ti ■ EXCHANGE ■ powered by PLYMOVENT" Safety Disc.: The safety disconnect protects the apparatus and the Plymovent System from damage. It will break away releasing the lower section. It can be re- installed easily. Exiting: The Plymovent System is a mechanical system. Parts will break down over time. The slower the apparatus exits the lower the stress level to the equipment will be. When exiting watch the grabber to be sure it is not hitting the floor after release. If it is, adjustments to the system are needed. Maintenance: Grabber Care: The Magnetic Grabber utilizes rare earth magnets. They will become dirty from exhaust soot. The face of the grabber holding the magnets should be cleaned regularly. Conical Care: The Conical tail pipe adapter is part of the apparatus tailpipe system. It will become dirty overtime just like the tail pipe does. It should be cleaned each time the apparatus is cleaned. Transmitters: These have batteries and should be replaced annually. Without the transmitter the system will not turn on in the Auto mode. Hoses: The hoses should never allow the Grabber to drag or hit the ground. This is controlled by hose length and the balancer tension. Any Questions please feel free to contact your exclusive Plymovent Distributor or call us at Plvmovent direct. (800) 644-0911 1001Pag AIR EXCHANGE powered by PLYMOVENT" System Start Up Example: Date: System is installed at: City Of: Address: Technician performing service: Station Phone #: Shift Captains: A. C. BLOWER CHECK: Is Blower rotation correct? Station #: Co. Performing Service: Co. Name: Address: Yes No N/A Amp draw on blower motor is? Enter a Value / / Amps The Full Load Amp draw on motor nameplate is? Enter a Value Amps. Blower model number from name plate: Enter a Value Motor serial number from name plate: Enter a Value Capacitor model numbers (If single phase) Sta rt: 1011 P a g AIR EXCHANGE powered by PLYMOVENT' Run• General condition of stack, supports, and rain cap: Good Fair Bad General condition and function of blower disconnect (If used): Good Fair Bad ELECTRICAL PANEL: Inspect / Tighten Control Panel wires: Inspect Timer / Set to 5 minutes: Inspect 24v low voltage: Check fuse size: Hangers installed correctly (straight, level, no more than 10' apart): Yes No N/A Hole at wall sealed inside and out: Yes No N/A Core drill was performed in a professional manner (splatter and debris removed): Yes No N/A Any Flexible duct work is in good condition and clamped well: 1021Pag AIR EXCHANGE powered by PLYWAVENT" Yes No N/A Blast gates are in correct orientation and set "wing" nut is tight: Yes No N/A CUSTOM MINI RAIL ASSEMBLY (MRP) SINGLE DROP: Bay Number: Rail Nomenclature (I.E.-MRP-501 D): Rail Assembly: Inspect condition of rubber lips, End plates, End shock - Bumpers: Good Fair Poor Inspect hardware and supports: Good Fair Poor Crab Assembly: Inspect and / or adjust: Moves freely - Yes / No If no explain: Pressure sensor, Temperature sensor, wireless controls: Balancer - Safety chain: Hose Assembly: Inspect and / or adjust: Loop clearance from ground, alignment, condition: Chrome elbow / saddle, lower hose: Safety disconnect (freedom of movement): Number of missing rubber seals(Old Style): 1031Pag AIR EXCHANGE powered by PLYMNVENT" Clamp alignment and tension: Lower hose condition: Good Fair Poor. Grabber Assembly Inspect and/or adjust: Clamp alignment and tension: Seal to tailpipe: Magnets move freely: Intake screen: Tailpipe conical adapter: Tailpipe cannot extend past side of truck (NFPA 1901) Clearance above must be no less than 3" CUSTOM MINI RAIL ASSEMBLY (MRP) SINGLE DROP: Bay Number: Rail Nomenclature (I.E.-MRP-501 D): Rail Assembly: Inspect condition of rubber lips, End plates, End shock - Bumpers: Good Fair Poor Inspect hardware and supports: Good Fair Poor Crab Assembly: Inspect and / or adjust: Moves freely - Yes / No If no explain: 1041Pag AIR EXCHANGE powered by PLYMOVENT" Pressure sensor, Temperature sensor, wireless controls: Balancer - Safety chain: Hose Assembly: Inspect and / or adjust: Loop clearance from ground, alignment, condition: Chrome elbow / saddle, lower hose: Safety disconnect (freedom of movement): Number of missing rubber seals(Old Style): Clamp alignment and tension: Lower hose condition: Good Fair Poor Grabber Assembly Inspect and/or adjust: Clamp alignment and tension: Seal to tailpipe: Magnets move freely: Intake screen: Tailpipe conical adapter: Tailpipe cannot extend past side of truck (NFPA 1901) Clearance above must be no less than 3" CUSTOM MINI RAIL ASSEMBLY (MRP) SINGLE DROP: Bay Number: Rail Nomenclature (I.E.-MRP-501 D): 1051Pag ti AIR EXCHANGE powered by PLYMUVENT" Rail Assembly: Inspect condition of rubber lips, End plates, End shock - Bumpers: Good Fair Poor Inspect hardware and supports: Good Fair Poor Crab Assembly: Inspect and / or adjust: Moves freely - Yes / No If no explain: Balancer - Safety chain: Hose Assembly: Inspect and / or adjust: Loop clearance from ground, alignment, condition: Chrome elbow / saddle. lower hose: Safety disconnect (freedom of movement): _ Clamp alignment and tension: Lower hose condition: Good Fair Poor Grabber Assembly Inspect and/or adjust: Clamp alignment and tension: Seal to tailpipe: Magnets move freely: Intake screen: 1061 Pag AIR -�, EXCHANGE powered by PLYMOVENT" Tailpipe conical adapter: Tailpipe cannot extend past side of truck (NFPA 1901) Clearance above must be no less than 3" Final Inspection of System: All electrical terminals have been rechecked for tightness. Yes No N/A Has all of the debris been picked up and disposed of properly? Yes No N/A Trial runs performed on every drop? Yes No N/A Training Given to all Shifts? 1071 P a g AIR EXCHANGE powered by PLYMPJVENT" I, have fully tested operation of this system , performed trial runs on each bay, and found the entire system to be functioning correctly and safely.. Signed: Technician Date / / Authorizing Fire Department Representative Name:- Title: — Signed: Date: 1081Pag AIR EXCHANGE powered by PLYWAVENT' Plymovent Accolades and Certifications DNV•GL MANAGEMENT SYSTEM CERTIFICATE 19 me 200l AQ USA 0..ua 25 Sgla 4-- 1009 26 Sa.m 2010 .25 Strta-[cr X23 This is to certify that the management system of Plymovent Corporation 5 Corporate Drive, Cranbury, NJ, 08512, USA has been found to conform to the Quality Management System standard: ISO 9001:201S This certificate is valid for the following scope: The Assembly, Distribution and Sales of Engineered Exhaust Extraction Air Filtration Systems. PXt irG 6Ka. :,.in�:l:kL. KAtV. rR, 11 S"t—bw 2020 DN V GL • 11— e a AAwann 1 A00 1 -..ft Drtw, KI", Tx, 77M9- U" OM �� , ^C y . ,f SMrif MtLAawy 1091 pi AIR EXCHANGE powered by PLYMOVENT" PLYMOVENT' M VE P" iIIIII=ZER 1011512018 PLYMOVENT CORP. NIT'n.E212640 - UL Product Spec UL PRODUCT CATEGORY Industrial Control Panels See General Information for Industrial Control Panels 717-1 BRONZE 2023 ecovadis I Sustainability Rating ,,r PLYMOVENT CORP E212640 5 Corporate Dr Cranbury, NJ 08512 USA Industrial control panels. Last Updated on 2001-04-19 The appearance of a company's name or product in this database does not in itself assure that products so identified have been manufactured under UL's Fallow -Up Service. Only those products bearing the UL Mark should be considered to be Certified and covered under UL's Follow -Up Service. Always look for the Mark on the product. UL permits the reproduction of the material contained in the Online Certification Directory subject to ' the following conditions: 1. The Guide Information, Assemblies, Constructions, Designs, Systems, and/or Certifications (files) must be presented in their entirety and in a non -misleading manner, r without any manipulation of the data (or drawings). 2. The statement "Reprinted from the Online Certifications Directory with permission from UL" must appear adjacent to the extracted material. In addition, the reprinted material must include a copyright notice in the following format: "© 2018 UL LLC". UL and the UL logo are trademarks of UL LLC © 2018 All Rights Reserved 110 1 P a AIR EXCHANGE powered by PLYMNVENT" Air Mavemen: and Control ■1 nssoraa5cnln:ernaconal.Inc - ... Ce -144 a iz .d ara !'r.." a Certified & Listed Products .ee ir. spa z✓_Try Cer�Red a egad aroeuca Cw^Esd FrW,w't Lya UP V%.0 m m FnSn C'.Fftjfiid F'FOQtTC: $ElfCf7 IXFCd hoAx3 Secondary uba d P bd--n 40-.,._t.. -.fc»ferm+�=rN Ftnr _.... ..., _.. s.� C•Wr Saab a t.aEds ' E:C Sem Cw+ot.+gH Faaa Dena ?ne ` 17.�6Ma qM0 1 W 1 W I I AM ecviav�xa * rk'9�+� k:Rn. xm Cwellcaeon Qaoe OS�Dw A 5�70 2CC Sw'sa Cawl"*w Fans Area Drroe p� p{v.tay4SM?'•D4 Trr 4- ---t w`O? C�tftOC=DW tL Qate , 0.�ar 4 :xC xx seCano-tt*m Fu - D..a Dnw fatdds �rsawsaa aomy—ar w Est YM aoa� daFi OC=b OoDer i 20CC drs-a mv� aMC Set-. C.W V.Z l FaP.i D~ D -+ %kdw- n C"Op 1 rsa4 --',0 CM'F..+r CWtfCta da oc=ew %a OC.Y.e- G. ; :CC ._ �. _ T£d se caNvr sm rani D~ oft" Ye6Ni cararka 1 dam Octo. u OCODC" C—a Lb . a C--r— .. rn x fn.yyA �Y.at Y.�3v1 C—rt P�. Zt1 12a.1 (30 4rp fr.>r'FY e.,::ldx. 6'vwe:� 1 AIR EXCHANGE powered by PLYMOVENT" PLYMOVENT C 10 COMMERCIAL NEWSLETTER AUGUST 26, 2021 ' PLYMOVENT TUV SUD CERTIFICATION With great pule Prrrsovenc has recently reCecved the TUV SUD certdcaurn and sump of app-onl on the Plymov t Exhaust Extraction systems for Free: EMS r_htcl= TUV SUD n synorsymo.n with q.ahty and Li". Estes' :-.hed e�r ISO years 0.K ci Mtruch Ge nany. TUV SUD e a plobaly recoynxed tesu.•+p and orpan.:abon. The TUV SUD ceru5c2t,on marks, certificates. test reports and audits dertsorss=m Pyrnovent's on yonp comm^:ne•rt to product pushy. safety. uata;. abdty and excellence. Srce the last TUV SUD certd+cat,on project of the Pymov . STR and SST systems, a vast variety of EN and DIN Norms etsanFed leading the TUV SUD certuficauon process to become msch more strict on ctrtomer and system safety as wel as dirab.ky and sustanabd2y. In addcuon. --i dse more strnpert TUV SUD cerufuauon approval process. mandatory amual rrpections must be Performed in order to arty and renew the TlN SUD certificate- A record for eacl: inspection mat be mainta•nsed per systez prevenuve maintenance i inspection mj« — be carried out by a Ply rn .. crmfied partner'. For the past 6 enaxhssTUV SiX) and Ptymovcst dbpa::dy worked on the TUV SUD app�vval and certdcat,on of Plym, v 's Exhaust Extnct,on systems The result — Plymovent a extremely Pleased to announce Out Rymement Passed aY tests and mandatory factory inspections for Wr Plyrnavettt F'rvxm %elwcle exhaust rail systems. dtese mp a v4 be em eued n o sepesrse bwjnn f ■ SST - Pneumatic.412 netic System ■ MRP - Pnetsn itic/Mapnetic System • STR - PneurnaticlKaptsetie System • VSRX . PneumabcV4V -tic Systcm , .Ir � ■ VSR System l � lJ V \S[IO view TUV WD certificates. This newfy acquired certificate will provide an unique Position for Plynwvettt and its partners all over tt%e world. Yours truly. Kees Janssen Global Product Manager EE 1121Pa-e AIR ■ EXCHANGE powered by PLYMfJVENT" AIR EXCHANGE, INC. GENERAL TERMS AND CONDITIONS ADDITIONAL EXCLUSIONS TO THE PROJECT PROPOSED: 1. Permits and fees of any kind are not included in this proposal; including but not limited to, any pertinent load calculations; technical drawings, submittals, shop drawings and permit drawings of any kind. Should any of these items be required, a separate quote will be required. 2. Outside services, not limited to but including, concrete work, exterior penetrations, fork or scissor lift rentals, etc. are not included, unless indicated on Page 1 of 2 of the proposal. 3. All work to be performed during normal business hours (M-F, 7:30 a.m. to 4:00 p.m.). Work done outside of normal business hours will be subject to additional charges (I.e., time and one-half, double time, etc.) unless indicated on Page 1 of 2 of the proposal. 4. Payments terms are noted on the proposal. Should you require different terms than noted, an addendum to this contract will need to by fully executed before revised terms will be accepted. 5. Any/all materials and labor not listed on this proposal. 6. Blocking, Roof Curbs, Roof Jacks. 7. Air Testing, Air Balancing. 8. Painting. 9. Permit fees of any kind. 10. Engineering fees of any kind including structural calculations or any labor or materials resulting from any structural calculations. 11. Engineered Drawings 1131Pag