Loading...
HomeMy WebLinkAbout33-18 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 33-18 File Number: 2018-0007 BID #17-72 FERRARA FIRE APPARATUS, INC.: A RESOLUTION TO AWARD BID #17-72 AND AUTHORIZE THE PURCHASE OF A MOBILE AIR CASCADE SYSTEM TRAILER UNIT FROM FERRARA FIRE APPARATUS, INC. IN THE AMOUNT OF $114,675.00 PLUS APPLICABLE TAXES WHEREAS, the Fire Department recommends the purchase of a Mobile Air Cascade System Trailer Unit that will allow the self-contained breathing apparatus used by firefighters to be immediately refilled while on the scene of a fire or during training exercises; and WHEREAS, the unit will also benefit the City's automatic aid and training partners across the region; and WHEREAS, $110,001.00 of the cost of the unit will be covered by a Federal Emergency Management Agency -administered Assistance to Firefighters Grant. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #17-72 and authorizes the purchase of a Mobile Air Cascade System Trailer Unit from Ferrara Fire Apparatus, Inc. in the amount of $114,675.00 plus applicable taxes. PASSED and APPROVED on 1/16/2018 Page 1 Printed on 1/17/18 Resolution: 33-18 File Nun2ber 201&007 Attest: Sondra E. Smith, City Clerk Treasurer �w e EV l kVlLO :l ��r��ft'f1�1c'P6 ,•. w• Page 2 Printed on 1/17/18 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 r� (479) 575-8323 Text File File Number: 2018-0007 Agenda Date: 1/16/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 5 BID #17-72 FERRARA FIRE APPARATUS, INC.: A RESOLUTION TO AWARD BID #17-72 AND AUTHORIZE THE PURCHASE OF A MOBILE AIR CASCADE SYSTEM TRAILER UNIT FROM FERRARA FIRE APPARATUS, INC. IN THE AMOUNT OF $114,675.00 PLUS APPLICABLE TAXES WHEREAS, the Fire Department recommends the purchase of a Mobile Air Cascade System Trailer Unit that will allow the self-contained breathing apparatus used by firefighters to be immediately refilled while on the scene of a fire or during training exercises; and WHEREAS, the unit will also benefit the City's automatic aid and training partners across the region; and WHEREAS, $110,001.00 of the cost of the unit will be covered by a Federal Emergency Management Agency -administered Assistance to Firefighters Grant. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 17-72 and authorizes the purchase of a Mobile Air Cascade System Trailer Unit from Ferrara Fire Apparatus, Inc. in the amount of $114,675.00 plus applicable taxes. City of Fayetteville, Arkansas Page 1 Printed on 1/17/2018 City of Fayetteville Staff Review Form 2018-0007 Legistar File ID 1/16/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 12/29/2017 Submitted By Submitted Date Action Recommendation: FIRE (300) Division / Department Approval of a resolution awarding Bid 17-72 for the purchase of a mobile air cascade system trailer unit from the vendor Ferrara Fire Apparatus in the amount of $114,675 plus associated sales tax for total of $125,855.81. Budget Impact: 2230.900.8005-5801.00 Special Grants Account Number Fund 31705.1 Fire -FEMA Grant for Mobile Air Cascade System Project Number Project Title Budgeted Item? Yes Current Budget $ 139,150.00 Funds Obligated $ - Current Balance $ 139,150.00 Does item have a cost? Yes Item Cost $ 125,855.81 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 13,294.19 Previous Ordinance or Resolution # V20140770 Original Contract Number: Approval Date: Comments: CITY OF FAYETTEVI LLE ARKANSAS MEETING OF JANUARY 16, 2018 TO: Mayor Jordan and City Council FROM: David Dayringer, Fire Chief DATE: December 29, 2017 CITY COUNCIL MEMO SUBJECT: Approval of a resolution awarding Bid 17-72 for the purchase of a mobile air cascade system trailer unit from the vendor Ferrara Fire Apparatus In the amount of $114,675 plus associated sales tax for total of $125,855.81. RECOMMENDATION: Approval of a resolution awarding Bid 17-72 for the purchase of a mobile air cascade system trailer unit from the vendor Ferrara Fire Apparatus in the amount of $114,675 plus associated sales tax for total of $125,855.81. BACKGROUND: The Department of Homeland Security (DHS) Federal Emergency Management Agency's (FEMA) Grant Programs Directorate implements and administers the Assistance to Firefighters (AFG) Grants. The purpose of the AFG Program is to enhance, through direct financial assistance, the health and safety of the public and firefighting personnel and to provide a continuum of support for emergency responders regarding fire, medical, and all -hazard events. This purchase of a Mobile Air Cascade System Trailer Unit utilizing $110,001 grant funds and the city paying the remaining amount will allow the self-contained breathing apparatus (SCBA) used by firefighters to be immediately refilled while on the scene of a blaze or during training exercises. It will not only benefit the city's firefighters but also our automatic aid and training partners across the region. DISCUSSION: The approval of this resolution will allow for the purchase of a mobile air cascade system trailer unit. Having a complete mobile cascade system for air quality at our training facility and other response sites allows our equipment to be rapidly refilled for prompt response to our citizens. This project will insure the proper and essential respiratory care needs and health of the firefighting men and women servicing the diverse communities of Northwest Arkansas. Ferrara Fire Apparatus' bid was selected due to meeting or exceeding the minimum specifications outlined by the City. (The other vendor's lower bid was rejected due to not meeting the outlined minimum specifications detailed in Bid #17-72). Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The funds for this purchase are budgeted and available in Project #31705.1, Fire -FEMA Grant for Mobile Air Cascade System. $110,001 of the total due will be paid utilizing FEMA grant funds with the remaining amount paid from city funds(ACT 833 Funding). Attachments: Final Bid Tabulation Sheet and Purchasing Documents CITY OF qMFAYETTEVILLE ARKANSAS Mobile Cascade Air System Bid No 17 72 Official Bid Tabulation Bid No. 17-72 Date: 12.19.2017 Time: 2:00 PM Lic,rrel� Jordan, Mayor Nu tuber of Addiendums: 1 Ferrara Fire Apparatus, Emergency Vehicle August Industries, Inc. Inc. Specialists Model P.aderC.^vmpreSSilrSiCOm13H FagleAirAQ10M1C3E-G519 Scott Safety Libertyll Item Description Each Extended Price Extended Price Extended Price Mobile Air Cascade System (Finished $106,996.99 $ 114,675.00 $ 125,740.45 product and delivery) �- s c�o t tEkT1F IFO. A. Rennie, Purchasing Manager mess Date 'NO' iCEr Bid award: is cuntingg nt upon venciar meeting €v�inimu� s?ec_:'•. _:: . r i ser: ; du herizatior, by City ffc.a`n Wynn, Granville From: McGaugh, Les Sent: Wednesday, December 20, 2017 4:18 PM To: Wynn, Granville; Hunt, Harlan Subject: Bid Exceptions Attachments: Bid 17-72, Submittal -August Industries, Inc..pdf, Bid 17-72, Submittal - Ferrara Fire Apparatus, Inc..pdf Granville, The City specifically issued an addendum to change specifications to enhance competition on this unit. This allowed August Industries Inc. to submit a bid, however they failed to offer the cylinders required. The City could not change the type of Cylinders used because they are our current use model. The second low bid also bid with an exception as noted on their bid submittal, however we required an "or equal' on Section 2.1 line Item (d). Our recommendation is that we award to the Ferrara Fire Apparatus, Inc. because their exception on Section 2.1 line Item (d) meets or exceeds our minimum specifications. Thank you, Les McGaugh Purchasing Agent Purchasing Division 113 W. Mountain City of Fayetteville, Arkansas 72701 lmcgauqh@�fayette�ville-ar.gov T 479.575.8220 1 F 479.575.8257 Website I Facebook I TwitterI Instagrarn I YouTube City of Fayetteville, Arkansas A" CITY OF COPY Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain VRKANSAS Fayetteville, AR 72701 4W"� Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 17-72, Mobile Air Cascade System December 19, 2017 before 2:00 PM, Local.Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, lincgaugh@favetteville-ar.gov fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Monday, November 20, 2017 INVITATION TO BID Bid 17-72, Mobile Air Cascade System No late bids will he accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the spec cations and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: Ferrara Fire Apparatus, Inc. Contact Person: Jim Stover E -Mail: Jim.stover@ferrarafire.com Business Address: PO• Box 249 City: _ Norden _ State- f _ Signature: City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 1 of 15 Title: Apparatus Sales Phone: 225-235-2212 LA Zip: 70744 Date: 121P_20 City of Fayetteville Bid 17-72, Mobile Air Cascade System Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 17-72, Mobile Air Cascade System The City is seeking bids from qualified vendors for the purchase, assembly, and delivery of mobile air cascade system trailer for the Fayetteville Fire Department. All sealed bids are due by December 19, 2017 before 2:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. Bidder and manufacturer shall be responsible for meeting and complying with all FEMA guidelines and NFPA compliant. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at hLtp;J/fayettteyille-ar.Rov/bitis . All questions should be directed to Les McGaugh, (479)-575-8220, lmcpauph@favetteville-argov. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville By; Les McGaugh, Purchasing Agent P: 479.575.8220 ImcRauRh@fay"etteville-ar.goy TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 11/20/2017 City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 2 of 15 City of Fayetteville Bid 17-72, Mobile Air Cascade System Y. Bid Form ury DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B.: 2505 E. Borick Dr. Fayetteville, AR 72701 Please specify for Unit Bid: Item 1— Manufacturer $ fVA675,00 - $114675.00 TOTAL BASE BID: $ $114,675.00 Eagl eAir Model AQ10M1C3E-GS19 WACOMPLffED SAT CAN RMKT IN BID E Bids shall be submitted on this bid form AgLgaanLty AND ggMM2qn1ed_bydgjCdptjye 1 tMMLure on the products being bid. The City reserves the right to award this bid based on the ClWs best Interest at the time of product order. THIS BID FORM CONTINUES ON THE NEXT PAGE. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 3of15 EXECUTION OF BID - Actual spedkItion of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of Item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. S. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 —Subpart P — Excavations. B. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12S49 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 4 of 15 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: r *D/B/A or Corporation Name _L=�, *BUSINESS ADDRESS:Q16LM *CITY: *STATE: L,� *'ZIP: *PHONE: L[ FAX: *E-MAIL: iJ ii 11 I.. *BY: (PRINTED NAME) *AUTHORIZED SIGNAL *TITLE: V P DUNS NUMBER: ✓ VQ L� CAGE NUMBER:. *TAX ID NUMBER: Acknowledge Addendums: Addendum No. _L_ Dated:4��/7 Acknowledged by; Addendum No.. Dated. _,__ _ Acknowledged by: __ Addendum No, Dated: _ _ Acknowledged by; Addendum No. Dated: Acknowledged by: ALL BIDDERS SHALL COMPLETE THE'"TECHNICAL SPECIFICATION" SECTION WITH BID, FAILLIRE TO SUBMIT A RESPONSE ON THE PROVIDED ""TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 5 of 15 City of Fayetteville C -9A Bid 17-72, Mobile Air Cascade System ti General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W, Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid RFP. or RFQ number shall be on the outside gf the p4k@glng as well as on an acka es enclosed in shipping containers or boxes. d, The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documentsrp for to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline, Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WR TTEN RE VESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 6of15 4. RIGHTS OF CITY OF FAYETTEVILLE Bir) PROCESS` In addition to all other rights of the City of Fayetteville, under state law, the City sp(,(11 ically?serves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5, COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICTOF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Les McGaugh, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITH DRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8, LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCALS STATE. AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 7 of 15 J7 and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10, PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIL FOIA, 6ND 1URISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendors records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14, VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. Clty of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 8 of 15 15. ADA RE LURE i:NT 1 QR PU9LIC NQTICES & TRANSLATION: ''' Persons with disabilities requiring reasonable accommodation to participate in this proceeding vent, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior nutice to the CUIItIdl.tU[ in writing of the inlenliun to CdnCel ur with CduSe if dl airy time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville, c. in addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT,, SUBCONTRACTING, CORPORATE AMUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 9 of 15 b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 10 of 15 will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 3� - > _ N 1 2 a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented, Soles taxshali nor be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220) or e-mail (Lrncg_aughLWlayetteville-at.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 11 of 15 sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. I. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices -Amounts in the bid shall match invoicing. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 12 of 15 City of Fayetteville Bid 17-72, Mobile Air Cascade System " __4. Technical Speci icatlon BIDDING REQUIREMENTS: o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a.,bidder shall write a "check marl" or write "yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the CitVs bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving -item bionk shall indicate bidder does not meet the listed specification and can result in bidder DISQUAL1FlC41TION. o Bidders shall NOT suoaiv warranty papers for the City to inte et whether a warranty s ecification is met or not. 1. GENERAL - 1.1 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minima unless otherwise noted. 2. ITEM 1- TECHNICAL SPECIFICATIONS 2.1 TRAILER a. Y- The high pressure breathing system shall be mounted on a highway ready, enclosed dual axle trailer that has at least a 7,000 lbs. Gross Vehicle Weight (GVW) axle classification b. Y- The Trailer will come with a mounted single phase generator. c. Y- The Trailer shall comply with all federal and state highway safety regulations and include surge brakes, running, rear, and brake lights, safety chains, breakaway activator, and a 2 5/16" ball coupler. d. Nd l railer si ill have a raised light mast that includes 4 LED Floodlights attached to the top that produces the equivalent of SOD -watt illumination or equal - e. Yes qual.e.YeS Trailer shall be equipped with single point, rear operated Fill Station with Panel Lights and interior lights, for night-time operations. f. Yes A swing up door will be provided above the rear operated fill station to provide shelter from rain, hail, snow, and sun when opened or equal. g. Yes Access to all plumbing, wiring, piping, compressor, generator, and maintenance equipment shall be accessible by slide -out compartments or equal. h. Y- Trailer shall come with one (1) mounted spare tire and wheel that is the same size and design as the tires and wheels on the trailer. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 14 of 15 i.n. Trailer shall come with jack stands to stabilize the unit while not connected to a tow vehicle. j. *w Trailer shall be powder coated Red. F f - k.+4• Trailer shall include SCBA storage 10 or more SCBA Cylinders. �• 2.2 CASCADE SYSTEM a. r- Cascade system will be NFPA 1901 compliant b. w. The air storage system shall consist of; Four (4) securely mounted ASME 6000 PSI cylinders c. Y. System will include fitting to fill SCBA and SCUBA bottles. d. — Cascade system shall be designed to operate in the field (Diesel Engine with Electric Start with 2 rechargeable maintenance free 12v batteries) and be able to be plugged into a buildings electrical power grid, for maximum use and flexibility. e. — A trickle battery charger that will operate and keep batteries charged when the shore power cord is plugged into an outlet of a building. f. r- A High -Pressure 4 stage, air cooled, Compressor shall be able to produce discharge pressure of 5500 psi of at least 13 cubic feet/minute. g. Y- A, liquid cooled diesel engine should be at least 27 horse power and include a fuel tank of 13 or more gallons. h. The system shall include a purification system that shall produce breathing air that meets the requirement of NFPA 1989. i. Y- The electric motor should be a single phase, 10 horse power or more, and include a 25' shoreline to connect to the power grid of a building. Trailer shall include an auxiliary electric outlet box located inside the trailer and shall include 4 -15 amp outlets, k. r- It shall include a high-pressure reel hose with at least 75' of hose rated up to 6000 psi. I. r- It shall include a low-pressure reel hose with at least 50' of hose M. r.. An UL° enclosed fill containment Station, with the capacity to fill 2 SCBA cylinders simultaneously or separately, with a NFPA 1901 Dual locking safety latching lid to secure the bottles while being filled. n. r- Bid will include ten (10) 45 minute, 4500 PSI, Scott compatible composite SCBA bottles included in price of system. o. rd Delivery to Fayetteville, Arkansas p. Y- On-site Training and two (2) Manuals 2.1 d explanation: unit comes with 2 head LED lights which produces 32,000 lumens of light in comparison to the four 500 watt quartz halogen lights which produces 34K lumens, LED lighting is 30-50% more efficient than quartz in comparison to LED therefore less lumens in LED lighting produces more efficient lighting then a higher lumen rated quartz light. City of Fayetteville, AR Bid 17-72, Mobile Air Cascade System Page 15 of 15 i=ULI_-LINF PRODUCT OVERVIJ.1V ABOVE AND BEYOND Proofed to Support First Respopul sgrad 1710se Serving in Def °rtsr 0 four Nation. I I ARfr;TnlMC AIR SYSTEMS I W GenSet Drive (10, 15 or 20 -hp) • 8000 prig: 14.0, 20.7 or 27.0 cfm charging rate + • Direct -drive diesel generator powers electric -driven compressor Up to 10 -kW of spare electric power with compressor running + • Aluminium Frame & Body • • Weather -protected Operation Control Center . • Illuminated Operator Control Panel • • AlrLock FIN Station Door • Stainless Steel Purification System • • Push -to -Bet SOBA Regulator • • Knockdown control Panel Design • • Air Monitor System w/PPM Readout • • Electric brakes • Optional cascade controls available + • Optional 4.5 or 5.5 priority fill control system available • Optional Command Light available • • Optional 100 -ft. 6000 paig hose reel available • Optional Electric Outlet package available Optional EnerGen package available • Optional Cold Weather Package available • Single Axle - 7,000 Ib. GVW Tandem Axis - 10,000 Ib. GVW • Parking brake Approximate Overall Maximum Weight (lbs.) 8,200 8,400 5.5 UL* Classified Fill Station 2 or 4 SCBA Fill 2 SCBA Fill Air Storage Capacity (number and type of cylinders) 4 ISO's or 4 ASME's 4 ISO's or 2 ASME's Operation with Compressor Doors Opened or Closed Open Closed Optional 12-SCBA Storage Cabinet available Yes No Ohl anar SurgtN brakes available lin lieu of electric brakes) No Yes F-1 I 10 # Swing-uc actesa loot oes,gned to proe,oe aperafor shelter horn fhe elements Meets or exceeds NFPA 1901 standards Complete air system components are enclosed and • protected from the elements AirQuestsMr­ Complete, factory -assembled and testers breathing air system on a high- way -ready trailer for refilling breathing air cylinders at, or strategically near, the Incident site. When mobility and versatility are critical, AlrQuestsmr•* otters a singular solution. Our complete SCBA/SCUBA cylinder fill station Includes compressors from 14 to 27 CFM and a customizable air storage system. The Gen8et power design offers the flexibility to operate th8 system In the field or from a central location wired to a fixed power grid. Airauestsw- Trailer -Mounted Breathing Air System features include: • Complete, mobile SCBA/SCUSA • 811de-out alrflow and compressor cylinder refill aystern +ncludrng the coniret panel design simplifies comparose.or In capacities raWing from service access to all indicators ib to 27 CFM, containment GO station and plumbing. and choice of air storage system, . AI.rLock design of fill station access • Single point, Illuminated operating door minimizes operator fatigue when control center located at the rear of loading and unloading cylinders the trailer for maximum simplicity and operator safety. s- ..d . . - • • 1 1.111 A015M 20.7 .061 Approx. 71300 b A02ON 27.0:111Approx. 78001b,, '::,Pdlgml}nits ut4�A a++rU.•,a nn tlf,��Y.}irpf+-h:]P ila ^�1i+rq.:; _..V,� 7, 1�1ywl7`{y EagleAir, Inc. • P: 336.398.8000 F: 336.398, 8001 OLII' Company. Our Commitment. Cag1uAir, (no, ii► proud of our tongetcanding commifrnont to Our co mnistingnt star!!: with an active membership in the Fire sal,ely and innovatioh,. in business since'1973. tho Coniauany Apparatus Manufacturers Association (FAMA). We have lur, a well known track record of innovations `hat have :.also been an aCINO cosi PArly m National Fire Protection become industry standards and have improvfli"firafigiatOr Association (NFPAj committees to set standards that assure safety- The developmFnt of Containment Design fill stations fire -tighter safety. so we remain aviere and help drive the and Single -Appliance breathing air systems are key latest safety standards. I! crrntlnuos with a manufacturing oxumpW of these- Innovations. For more than 40 yearn we strategy that assures traceability and consistency In have manufactured bretathing air systems that meet and all of our products. And it evolves with a reputation for exceed the hlghest industry standards. As an Ameiican continuous Improvement that results to innovation across and vetoran•owned company, we understand true needs cit all product lines. our armed forces, firelighter,, first responde m and other customers. and, No ars dedicated to providing,thaern with the most advancedy most reliable equipment possible. All EagleAir products i)au[(- Unique, teclanict�aily advanced ° features that set u a apart Irl the industry User -Friendly Features .. iAGrfi r; r�rruwiar3rop4 'sM idtid�r�Yt'rar qy (Y'r [.,�g� uti5r±wi Qr-+�N+ra't� - .. fanwl:• _, Crrrrui_x ie•15r+�r F... rx r- r•"t. ",nr+7r iy'�y1f��.}, 1y"r"- �.�./ *`y jU Design _ I-�'4RaI1Rld■7' .e•, op- *'fs""• rR .. iv^j�.a'w 3 Jnr .. �J}+{^rfWI�T�- �•:.. tvut,C.r rfl'r't`nr 7 ...?�i1F llhb' 1 A,#, CJf i:: �• ;�reH.^"l ri :'R Fr 'top MOM** arr.4?~ "rf ��.�;. i-•7 a`,�,. .C1�•:in4 r�FN•'iM d.c-;Vvy r r r:-.. C.entr�n+rN Safety Features & Gertifiicaticrns Visit us Online at www.eaglealr.coan 11 '4VL1004 - :4"*,[,i('A�r i�M � �: • 7 i. � �1C%L�'�h; frKtJr.Li"'M,Y i /1O 1k1�� AW 'Farrar tevr. ro• - - ,f�}���.c�w., �1L}`lPi ahf . f.' 'x1.44 F!�irt•n M, r< `=�:r, ■ri ilirtinieKr �nVlfr%11.► - NPPti i vnr. tGlaW,r�tikrn Cdn�*stn++ $[y1y[*e}a Visit us Online at www.eaglealr.coan 11 COMPRESSORS • FILL STATIONS • COMPLETE AIR SYSTEMS • MOBILE SYSTEMS • SMT'" M0131LE SYSTEMS • ACCESSORIES Y. EagleAlr> Inc. Manufactures high pressure breattlift air systems for recharging SCBA and SCUBA cylinders. We are proud of the essential service we provide to first responders and those Serving In ,. defense of our nation worldwide. We are committed to a loyalty based national distributor network that inCludes only top- quality businesses with the necessary assets to serve their regional markets. Our Company is committed to a continuous r� irnprovemea t philosophy that drives product and service development above and beyond your .e expectations. Firefighters, commercial and # ff recreational divers. our armed forces, and people who operate in hazardous environments can expect products with uncompromising rellablllty, best - in -c)ass est•in-class design and user-friendly features. Our products are backed by a commitn}erit•--tCJNo customer service satisfaction. j 4 I l IL Bftl A111 1 All IYtrIE>h43 +,k 3003 huistun Ave.. 00eensixim. NC 27,106 R: (336)3£18.8000 F: (336) 308-6001 www.eagreetr.corn c Me ulpttld be prir'rleg4, 'to as. rsl in rt'lec ii{C thr frlr•�ttf+irr,r rtrr:�ysrt°?n tlr,ti ntr'r'tr lrrltrr• '�`"; r:1'rtr t rtr"r c� , f.. fill rr-►rlrt } • 46911111 EagleAir, Inc. _ AirQuestsMrTM Trailer Specifications Model AQ10M3C3E-GS19 I. General Arrangement The high pressure breathing air system shall be mounted on a highway ready, dual axle trailer with a 10,000 Ib. Gross Vehicle Weight (GVW) axle classification. The actual dry weight shall not exceed 7800 lbs. for most configurations. The air system shall include the high pressure air compressor, driver and/or power supply, air purification system and air storage system with all of the necessary operating controls as specified below. All operating equipment, components and control devices shall be enclosed within a weather tight metal enclosure. The trailer -mounted breathing air compressor system will meet the applicable sections of NFPA 1901, 2016 edition. The enclosure shall have two (2) large swing -out doors on each side for access to the compressor and drive assembly. The rear of the enclosure shall have a swing -up door for access to the operating control panel. The external enclosure of the trailer -mounted breathinS3 air system and trailer frame shall be all aluminum construction to reduce weight, better resist corrosion and enhance towing manageability. The enclosure shall be appliance -like, without visible welds, burrs and grinding marks. All structure fasteners shall be concealed and all access panels shall include concealed hinges and push button latches. The interior of the enclosure and the operating control panel shall be illuminated. The operating control center of the trailer -mounted breathing air system shall be located at the rear of the enclosure for maximum operator protection. The swing - up access door to the control center shall be designed to provide operator shelter from sun, rain, sleet and snow when opened for operation. All operating and airflow controls and Indicators shall be located at the rear of the trailer enclosure and ergonomically arranged to enhance operator safety, comfort, visibility and ease of use. The control panel shall be illuminated and include a graphic technology display that utilizes lines to enclose and isolate related components by function. Each functional group shall then be located within a graphic flow control schematic background and identified with permanent text integral to the panel surface for ease of operation. High visibility colored text shall be used to identify and provide operating Instructions for all critical functions. All high pressure air plumbing and fill components shall be rated for 6000 psig working pressure. All high pressure air plumbing connections shall use compression fit design fittings, Compressor The ambient air intake and compression shall be through an air-cooled, reciprocating, pressure oil lubricated, four -stage compressor designed for continuous duty at 6000 prig working pressure with a charging rate of 14.0 CFM. The air compressor design shall include a heavy-duty cast iron crankcase supporting the crankshaft with oversized ball bearings on each end. The cylinder arrangement shall be a balanced "V" configuration featuring ringed pistons assuring maximum balance and air volume delivery efficiency while operating at a maximum compressor speed of 1500 RPM. Lubrication shall be accomplished by controlled splash and shall include a crankshaft driven oil pump to supply metered quantities of oil directly to the fourth stage piston through a replaceable (spin-off) full flow filter. Crankcase level is verified via an oil level sight glass with minimum and maximum indicators. Each stage of compression shall be protected with a safety relief valve. Valve inspection covers are provide for the first and second stage cylinders to allow for easy access. All valve assemblies shall be designed so they can be repaired without replacing the entire assembly. The cylinders shall include cooling fins to dissipate heat into the cooling air flow from the compressor's integral flywheel fan. Individually mounted coolers shall be located after each compression stage to cool the discharged air to 18°F. above ambient temperature. Accumulated condensation from cooling the compressed air shall be collected in moisture separators mounted on each stage of the compressor and discharged to an automatic, internal, timed drain system for proper collection and disposal_ Prior to shutdowns, the compressor shall be allowed to run unloaded (with opened drains) for a timed period (Purge Cycle) in order to purge all cylinders, separators and crankcase of damaging condensation that develops as compressors cool down. The compressor control panel shall also include a condensate purge test switch in order to verify proper operation of the automatic condensate drain system on demand. Diesel Engine Driven GenSet and Electric Motor Drive System The power train design shall: 1) significantly minimize mechanical transfer losses that result In inefficient use of power which, in turn, lead to high fuel consumption and deterioration of the actual air volume delivered by the compressor and 2) significantly minimize the frequent and routine adjustment requirements and vibration of power transmission components that have a high inherent potential of un -expected downtime. The key components and features of the design shall include the following: The energy required to drive the compressor, operate all operating lights, including a command flood light when -specified and meet all electric current requirements shall be generated by an integral, diesel engine driver) GenSet. The GenSet shall include a 29 -hp liquid cooled diesel engine and integral shaft mounted 19 kW (continuous rating) generator. To protect the engine's cooling water radiator, the trailer enclosure shall include a "blister" panel to cover the radiator during transport or idle mode. When in the operating mode, the radiator blister panel shall include sealed gas struts to facilitate the panel to be pulled out effortlessly and allow air flow from the pusher fan on the radiator to be vented to atmosphere. The complete enginelgenerator/electric motor/compressor power train shall Include a single belt drive and only between the electric motor and compressor. The design shall not require any other power transmission components such as clutch, belts, sheaves, idler pulleys, etc. In order to absorb and minimize the physical transfer of operational vibration, the engine- driven GenSet and electric motor driven compressor assemblies shall be mounted on separate base plates, each supported on the enclosure trailer frame with neoprene isolators_ • The compressor shall be v -belt driven by 10 -hp electric motor wired for: 60 Hertz Current _ Phase. 2081230 volts So as to eliminate engine noise and diesel fuel consumption during training exercises and routine filling of SCBA/SCUBA cylinders, the power train design shall also feature the capability of running the compressor system powered with energy from a building's electrical power service. A 25 -foot "shore" power cable shall be included to transmit power from the GenSet system or a building mounted electrical disconnect to the compressor's electric motor. • The GenSet wiring to the electric motor shall be designed to require disconnection when an external power supply is preferred and vice -versa, providing a fail-safe isolation of power sources. Pin & Sleeve type coupling connectors shall be used to simplify the transfer of power sources. • 5 kW of spare power is available with the compressor running when running on 1 - phase power. IV. Diesel Engine Driven GenSet Control System The diesel engine driven GenSet electrical control shall be accomplished via a 12vdc electric system powered by two (2) rechargeable, no -maintenance batteries. The GenSet, in tum, shall generate the 60 hertz, 230vac, single phase electric current required to power a 10 -hp electric motor to drive the compressor. Additionally, the control system shall include the capability to drive the electric motor from an external, single phase electric current and include a shore power cable for this purpose. The GenSet wiring to the electric motor shall be designed to require disconnection when an external power supply is preferred and vice -versa, providing a fail-safe isolation of power sources. Pin type coupling connectors shall be used to simplify the transfer of power sources. As a minimum, the operating control system shall include the following • Air pressure switch to automatically shutdown the compressor when the upper pressure set limit has been satisfied. • High compressed air temperature shutdown switch. • Compressor low oil pressure shutdown switch. • Auto -drain condensate reservoir capacity shutdown switch. • Power source isolation system. » GenSet diesel engine high temperature shutdown switch. • GenSet diesel engine low oil level shutdown switch. • GenSet diesel engine electric start system. + Magnetic, across -the -line starter with electric motor overload protection and shore power cable. • AirMonitor including CO and H2O electronic detectors with pre-set warning and shutdown limits. V. Diesel Engine Driven GenSet Control Instrumentation The operating control system shall include all monitoring devices necessary to indicate normal system operation, fault conditions and shutdowns. These shall be mounted on the breathing air compressor enclosure so as to permit "at sight' performance monitoring. As a minimum, the instrumentation required is as follows: • Keyed GenSet on/off switch. • Electric motor illuminated power selector (on/off) switch. • GenSet engine power "ON" light. • Compressor interstage and final stage pressure gauges. • Compressor oil pressure gauge. Compressor normal high air pressure shutdown (standby mode) indicator light. • High compressed air temperature shutdown indicator light. • Purge cycle indicator light. • Compressor low oil shutdown indicator light. ■ Auto -drain reservoir limit shutdown indicator light. • Compressor general fault shutdown indicator light » Hourmeter. • Enclosure doors warning light. • Instrument panel light switch. • Emergency stop button. • GenSet hertz digital indicator. • GenSet engine high temperature shutdown indicator. GenSet engine low oil shutdown indicator. Digital AirMonitor (CO and H20) panel with actual content display in PPM And prompter software keypad for CO monitor calibration. A flow panel with factory plumbed calibration gases shall be included. VI. Air Purification System The high pressure air purification system shall be a multi --chamber arrangement that utilizes disposable cartridges manufactured to provide breathing air that meets or exceeds NFPA and CGA Grade "E" specifications and all other equivaient and recognized standards in use worldwide. All system components shall be rated for 6000 psig working pressure with a four -to -one safety factor. All chambers in the system shall be constructed of 304 stainless steel to enhance safety and corrosion resistance. The purification system shall be sized to process 65,000 cubic feet of air at 70°F and compressed to 6000 psig between cartridge changes. The system shall include the following: • Final separator chamber connected to the automatic condensate drain system. • Check valve to prevent back pressure to the compressor. • One (1) 33" desiccant cartridge chamber. One (1) 16" purifier cartridge chamber. + Pressure maintaining valve to assure that the system is maintained pressurized in order to attain the rated processing capacity of the air purification cartridge(s). • Safety relief valve. • Drain valve to relieve the system pressure for maintenance. + Stem -mounted gauge for system pressure verification. The system shall be designed so that filling cannot occur In the event that any of the disposable cartridges are not installed. The cartridge chamber bases and cartridges shall be "keyed" to assure that the cartridges can only be installed in the correct position. VII. High Pressure Breathing Air Storage System The high pressure air storage system shall meet or exceed all current ASME code requirements and include the number of cylinders specified below. The air storage system shall include the interconnecting piping arrangement selected and be completely factory assembled and tested at maximum working pressure. The air storage system shall consist of: Four (4) ASME 6000 PSI cylinders each with a capacity of 491 cubic feet of air at 6000 psig. The piping of air storage shall be arranged for cascade filling. VIII. SCBA/SCUBA Cylinder Containment Fill Station The trailer shall include an integral mobile fill station with the capacity For filling two (2) SCBA cylinders simultaneously or separately. The fill station shall be designed for filling one (1) SCUBA cylinder with a maximum height of 30-1/2" and a maximum diameter of 7- 'I4", including service valve, boot and fill attachment- The enclosure shall be designed to contain the impact of suddenly expanded high pressure air and all displaced fragments in the unlikely event of a cylinder or fill component rupture. The fill station containment design must be UL® (Underwriters Laboratories) classified and for maximum operator safety certified to meet NFAA 4901-2016 standards. The UL19test__-ing certificate must be Included with the bid or request for uotation and included with the operator's manual when the system is,shipped. The external construction of the high pressure, breathing air fill station shall be appliance- like-, using formed, fabricated steel structures and panels without visible welds, burrs or grinding marks. IX. SCBA Fill Enclosure and Access Door Control The fill station loading door must be designed to be trapped behind the fill enclosure cabinet frame when closed and include an automatic, safety interlock to prevent filling unless the loading door is completely closed. A safety relief valve, to prevent over pressurizing SCBA/SCUBA cylinders above 4750 psig for 4500 psig SCBA filling shall also be included. The fill station must allow the fill process to be accomplished from the front. The fill station shall be of a design that does not require the operator to have to hold up or otherwise support the weight of the cylinders being filled while connecting them to the fill whips. The front loading door shall be designed so that, when opened, sleeves that hold the SCBA/SCUBA cylinders tilt forward to ease loading and minimize operator fatigue. Two (2) fill whips, each fitted with a cylinder fill adapter and isolation valve, shall be located within the enclosure. For maximum operator comfort and ease of use, the fill station access door shall include an air actuator handle designed to provide power assisted, effortless operation when opening and closing. When fully closed, the door shall trip a safety interlock allowing air flow to the fill station. The access door shall be supported on the enclosure frame with an adjustable bearing assembly on each side assuring a balanced and smooth rotation when opening and closing. A damper strut shall secure the assembly to the enclosure so that it does not require operator support and to cushion the access door landing when opened. The access door deli n must be designed to permit manual operation in the event of air pressure loss in the power assist circuit. X. SCBA/SCUBA Cylinder Fill Controls The SCBA/SCUBA cylinder fill control system shall include a regulated air control panel with all components, devices and piping arrangement necessary to direct supplied compressed high pressure breathing air to the SCBA/SCUBA cylinders being filled. All high pressure regulators must be designed so that they cannot be accidentally reset in accordance with NFPA 1901 standards. The regulator knob shall be of the "push -to -reset" design that spins freely If accidentally mgved. A cascade control system shall be included for the number of banks specified below. The cascade control system shall permit filling or drawing down each air storage cylinder, independently of each other, while filling SCBA/SCUBA cylinders. An air storage by-pass valve shall be included to permit filling SCBA/SCUBA cylinders from the compressor. The fill control system shall include an integral retractable low pressure air reel with 50' of hose. The fill control system shall include an integral retractable air reel with 100' of hose and CGA fitting for filling remote air storage systems. All air flow components and indicators must be labeled and mounted on a steel control panel on the front of the unit and located above the fill enclosure. The panel shall be painted in a matte shade with a textured finish to eliminate glare and enhance the visibility of gauges and indicators. The panel shall be illuminated. The panel shall be designed so that it can slide forward, out of the compartment, and tipped down so that all piping and components are accessible for maintenance. As a minimum, the air control panel must Include the following: • Inlet pressure gauge. • Adjustable, 0-6000 psig self -relieving regulator. • Regulator outlet pressure gauge. • By-pass valve. • SCBA/SCUBA cylinder(s) fill control valve. • SCBA/SCUBA cylinder(s) fill pressure gauge. SCBA/SCUBA cylinder(s) panel mounted fill hose(s) vent valve. • Auxiliary outlet with flow control valve and CGA fitting. • Panel lights on/off switch. • Four (4) bank cascade control with "To" and "FROM' valves and gauge per bank. • High pressure air reel fill valve and gauge. • Low pressure air reel fill valve and gauge. XI. Trailer and Enclosure The trailer shall be a dual axle design with a 10,000 Ib. GVW highway classification. The trailer shall comply with all federal and state highway safety regulations and include electric brakes, running, rear and brake lights, safety chains, spare tire and a 2-5116" ball type hitch. A 20 gallon fuel tank and a compressor condensate reservoir shall also be included. Three (3) jack stands shall be provided for stability when stopped for filling operations. The enclosure housing for all the high pressure air system components shall be a formed aluminum, weather protected assembly and include main access and utility, swing out doors on each side and one (1) swing -up operator control access door at the rear. All metal surfaces on the trailer mounted high pressure air system shall be protected with a scratch -resistant, powder coat red finish. The unit shall include a storage rack for 12 SCBA cylinders. Maximum cylinder size with valve 8" diameter x 25" length. The storage rack shall be designed to enclose the SCBA cylinders behind latched, hinged doors. A Command Light shall be located on the roof of the compressor and drive enclosure. It shall be of aluminum construction with stainless steel actuator shafts with bronze bushings for long life and minimum maintenance. The non -rotating light tower shall be capable of rising from 0 to 120 degrees and include two (2) LED lights (32,000 lumens). Actuation of the Command light shall be accomplished electrically, via a 12vdc motor, and not require system air or hydraulic power for operation to eliminate leaks. The actuation of the light shall be through a hand-held remote control unit, including a 6' cable, mounted on the operating and air control operations center located at the rear of the breathing air trailer. The unit shall include an auxiliary electric outlet box located within the enclosure that shall include four 15 amp outlets for 110 Volts. A trickle battery charger that will operate and keep batteries charged when the shore power cord is plugged into an outlet of a building, Eagle Compressors, Inc. Ail Aluminum Ci Rani irsa Tnwnt Effective Date: August 1 B of 2009 AirQuest SMT Mobile Breathing Air Cylinder Fill System Standard & Optional Features Engineered with Minimum Welding Requirements to Maintain Metal Integrity and Limit Moisture Penetration. "Dual Deck" Running Gear Design Minimizes Transfer of Operating Vibration and Provides Generous Access to all Components. -� Illuminated Control Panels Designed For Ease of Use and Can Incorporate any Combination of Varii To Meet Specific Ni Operations Area Design Enhances Simplicity and Safety. Rear Location Protects Operator Even When "CurbSide" Set Up is Not Avellable. Formed Fabrication 1 Results In Outstanding "Seamless" Finish. - MODEL SHOW A 20awK-09 Mm MMM4 i r AWays Includes 2 or 3 Fill Containment Fill Station With Our "Alrt_ock' Handle Feature For Effortless Operation. Operate Weau,E COVE Advanced Fabrication Engineering Assures Assembly Quality and Weather -Tight Fit. Modular Design Concept Integrates Customer Specific Features From Standard Components. Designed to Accept Various Drive Options and Components. - GenSet Design can Provide Breathing Air Support on Site or From a Central Location Wired to a Fixed Power Grid. 3003 TNIIRSTON AVE. GREENSBORO, NC 27406 PHONE (336) 398-8000 Fix (336) 398-8001 www.eagL-comkirt.-ssofs.com Effective Date: August IS of 2009 Eagle Compressors, Inc. AirQuest SMTC 0 ' Mobile Breathing Air Cylinder Fill System Dimensional Specifications 120" — I - -- 47112" On f O ih J m MODEL SHOW AO20O3D$E-G5 wM MSSS2G 180" i 59112" -- I --I if W 0 XQ >- CL w w O LL J U t U M 0) LO 3003 TNURSTON AVE. GREENSBoRo, NC 27406 PHONE (336) 398-8000 FAX (336) 398.8001 www,eaglecompressors. com K"- AlrQuestsmTl" Trailer Mounted Breathing Air System Key User Features & Benefits Given the differences in design and scope of supply among the manufacturers of this product class, it is important to recognize that our design, with its standard features, yields user benefits that are unmatched by any competitive product in the market today. The following highlights define key features and resulting benefits that will be of interest to those evaluating proposals for this product: EagleAir offers a comprehensive and complete standard product proposal. That is, it does not include any main power train, control, instrumentation, air quality monitors or trailer road -ready equipment that is optional. Our standard product includes those features that are generally well understood to be necessary to safely operate a unit of this product class. For example, our standard product includes electronic carbon monoxide (CO) and moisture (H2O) detectors because it is imperative to automatically monitor air quality when operating a product designed to function at or near the scene of an incident where environmental and human stress factors cannot be totally controlled. Our options are limited to those accessory items that might or might not be essential to a particular user. All optional equipment we offer is clearly described and priced separately. Our feature configuration is the AirQuestsmT'114 trailer -mounted breathing air system with a GenSet power train design. The GenSet power train design allows the user maximum flexibility as the unit can be run at or near the site of the incident powered by the on -board generator or as an electric driven, stationary system powered by the electric grid of a building. A power "shore" cable is standard equipment and allows the user to connect to power from the GenSet or the building's breaker box. This feature is particularly useful during training or routine filling in that the diesel engine noise and fuel consumption can be eliminated by operating the system as a stationary device powered by electric current from the building it is housed in. A key feature of our GenSet power train design is that it minimizes maintenance and un- expected down time. The diesel engine driven generator is mounted directly on the engine shaft and provides all of the power required to run the electric driven compressor as well as all interior and flood lighting and control requirements. Our GenSet units are rated for a continuous power output ranging from 19 to 25 -kW, depending on the compressor size. This concept is quite different to competitive "dual -drive" designs that use a long, complex and very inefficient power train consisting of an engine, small generator, electric motor and, finally, the compressor driven via v -belts requiring the use of an engine clutch and slap -reducing belt idlers. This power train design will require constant maintenance, is subject to un -expected down time and has significant mechanical transfer of power losses due to its many parts. This inefficient use of power results in high fuel consumption and less air delivery. Our GenSet design includes a large on -board generator that has all the power capacity to run the electric -driven compressor, all interior lights, electrical outlets and flood lights while only using a single belt drive between the electric motor and compressor. It is a simple, efficient, clean and self-contained design with minimal maintenance requirements. Please refer to the diagrams shown below. EagleAir, Inc. 3003 Thurston Avenue Greensboro, NC 27406 • Ph (336) 398-8000 ♦ www.eagleair.com 6 The AirQuestsmrm is designed to maximize operator safety and comfort. All operating, filling and monitoring controls are conveniently and rationally clustered in the illuminated operating center located at the rear of the trailer. The rear location eliminates driver or curbside operating control decisions and offers the most protection for the operator. The rear door protecting the operating control center during transport is designed to provide the operator protection from the sun, rain and other inclement weather when opened for operations. This feature is not available from any competitive product on the market today. The air system and all operating controls are mounted on a DOT road -ready trailer designed to minimize the power required to tow. The AirQuestsMTT"" is designed with an all aluminum trailer frame and body, a feature that limits towing weight, even on our largest air system, to 7,800 lbs. The trailer is a heavy-duty, dual axle design with a GVW rating of 10,000 lbs. and, again, it includes standard features that surpass those available in competitive products such as electric brakes, internal 20 -gallon diesel fuel tank and dual battery auxiliary power system among others. EaglaAit'� Design The EagleAir® Gen Set design utilizes one (1) set of belts only in the power train This drive arrangement minimizes r moving parts and the potential for unexpected breakdowns- rtn al l competitors' The Competitors' use a long power train design that includes many parts, which results in significant mechanical transfer losses and inefficient use of power to deliver air. Power losses translate into high fuel consumption and less air delivered. Constant routine adjustment is necessary to keep all components operating at the correct speed so Thal the rated air delivery can be achieved. a IN. Vibration and routine Competitive designs rely on adjustments are minimized numerous power transmission with a short power train components, clutch, multiple design belt drives and necessary idler ' pulleys in order to rely on the Less moving parts also means output of a small generator for higher running efficiency is interior and flood lights, if '��` obtained from engine, generator offered. and compressor. The use of multiple running The result is consistent air parts subjects the equipment delivery from the compressor at to high vibration levels and the rated output parameters and can result in unexpected less overall energy consumption. breakdowns at critical times EagleAir, Inc- 3003 Thurston Avenue Greensboro, NC 27406 • Ph (336) 398-8000 • www-eagleair.com Eogle Compressors, Inc. All Aluminum Cr Reduces Towat._ .. _.o.._ - Effective Date: August 18 of 2009 AirQuest SMT Mobile Breathing Air Cylinder Fill System Standard $ Optional Features Engineered with Minimum Welding Requirements to Maintain Metal Integrity and Limit Moisture Penetration. "Dual Deck" Running Gear Design Minimizes Transfer of Operating Vibration and Provides Generous Ac cess to all Components. - Illuminated Control Panels Designed For Ease of Use and Can Incorporate any Combination of Variables - To Meet Specific Needs. �- Operations Area Design Enhances Simplicity and Safety. Rear Location Protects Operator Even When "CurbSlde" Set Up is Not Available - I Formed Fabrication Results In Outstanding 'Seamless' Finish. MODEL SHOWN: AQ=X ME -GS. f MSWU r Alweys Inoludes 2 or 3 FIII Containment Fill Station With Our "AlrLock' Handle Feature For Effortless Operation. Operek Weathe Cove Advanced Fabrication Engineering Assures Assembly Duality and Weather -Tight FR. Modular Design Concept �r Integrate& Customer Specific Features From Standard Components. Designed to Accept Various Drive Options and Components. G*nS@t Design can Provide Breathing Air Support on Site or From a Central Location Wired to a Fixed Power Grid. 3003 THURSTON AVE. GREENSEoRO, NC 27406 PHONE (336) 398-B000 FAX(336)398-8001 www,eoglecompressors com EA i rAM W p Y oz zzzzz zz, r �==LLLLLLC7C9c7 a R o'zzzz3zzz CL 0 000000.0 ciNN V ON V7n O M cn Q V It Ln 1n In n N O O O O O O O O cq LOO DO O r- MR p� M M V R V O cfl N a_¢aaa � 'Ezzzz'z _ Z Z Z z z aci O ` m p o w o w Liz LL W0 co LL _ z z > > U O m w U W U � O � m 0 m m m m LL Q Q LU LL zz o LL U O It u tr a LID Ln 'n 'n u? 0 0 0 w 3 Y 0(70(D(DLLILL V a -n LL LL o � TTYa 0 0 o 0 0 0 0 0 0N 0 0 0 M O N V V W lq h r --N N N COM a� o I- 0 0) 0 a 0.0 (0 I- 0 O 0 N 0.0 M U) 0 I- 0 h 0 M N N M co M� It In cn N LL w 7 0 0 0 0 0 0 0 0 0 0 0m 0 m N N N f0') (m c+Ni M ton to f0 O � � N r gaaaa z z z Z Z Z �Q Q Q Q Q zzz'zzo a a O a ` a m LL o z o o in o r m E z ¢g z z 0 U - 0 r 0 ILLJ Y m a ` LL g¢aa A 0 i m z z z z m m = m OD LL LO F - U O LL h LL g zzzz U CE U R' CL �0LOLO � r N z M O $,..E E o LL .� v LU 2 F� r C O N N O 0 CERTIFICATE OF COMPLIANCE Certificate Number 20170921-AU5138 Report Reference AU5138-20090112 Issue Date 2017 -SEPTEMBER -21 Issued to: EAGLEAIR INC 3003 THURSTON AVE GREENSBORO NC 27406-4516 This is to certify that AUTOMOTIVE FIRE APPARATUS EQUIPMENT representative samples of See Addendum_ Have been investigated by UL in accordance with the Standard(s) indicated on this Certificate. Standard(s) for safety: Standard for Automotive Fire Apparatus, NFPA 1901 (See Addendum for Edition). Additional Information: See the UL Online Certifications Directory at www.ul.comldatabasp for additional information Only those products bearing the UL Classification Mark should be considered as being covered by UL's Classification and Follow -Up Service. The UL Classification Mark includes; UL in a circle: with the word "CLASSIFIED" T (as shown); a control number (may be alphanumeric) assigned by UL; a statement to indicate the extent of UL's evaluation of the product; and the product category name (product identity) as indicated in the appropriate UL Directory. Look for the UL Classification Mark on the product. w.u.w a. o,�.y, oh.cm., tion, �..�Im c.nnnwla, preylun. UL LLC Any Int—whI n ■nd d�bnfon invd-I'W I& Mw4 -wvl-.. -, pmvidW m b.han W UL LLC (b LI w my wnhwtrwl IN—me cl M. Fm 9Pk- -U& a IOW k ---U&•load UL Cumb~ GwWm R.pwwnUNre.l .,nr.ni t.«zo „--a, f,i Page 1 of 3 CERTIFICATE OF COMPLIANCE Certificate Number 20170921-AU5138 OW, 4 Report Reference AU5138-20090112 IF Issue Date 2017 -SEPTEMBER -21 CA111111F I Ir11lt[ nintiv,- Era omlinmani in •snnnrrinnna —W% kICOA a nnA n^4& Model No./Name Cylinder Tyles Rated Pressure (61) Unit Orientation No. of C tinders y CSSX2 / Centurion SafeStation CSSX2Q ! Centurion SafeStation SCBA SCUBA 5500 3000 Vertical Vertical _ 2 1 CSSX3 / Centurion SafeStation SCBA 5500 Vertical 3 CSSX3 / Centurion SafeStation SCUBA 3000 Vertical 2 CSSX4 / Centurion SafeStation SCBA 5500 Vertical 4 CSSX4 / Centurion SafeStation SCUBA 3000 Vertical 2 SSX2Q I SafeStation SCBA 5500 Vertical 2 SSX2 / SafeStation_ _ SCUBA 3000 Vertical 1 SSX2 I SafeStation SCBA 5500 Vertical 2 SSX2 / SafeStation SCUBA 3000 Vertical 1 SSX3 / SafeStation SCBA 5500 Vertical 3 SSX30 / SafeStation _§§X4@ f SafeStation _ SCUBA SCBA 3000 5500 Vertical Vertical 2 4 SSX4 / SafeStation SCUBA 3000 Vertical 2 BAA / BaronCFS SCBA 5500 Vertical 3 B4A / BaronCFS SCUBA 3000 Vertical 2 BH / BlackHawkCFS SCBA 5500 Vertical 2 BH / BlackHawkCFS SCUBA 3000 Vertical 1 RV{d I RavenCFS SCBA 5500 Vertical 4 RV / Raven—GFS SCUBA 3000 Vertical 2 AQ / AfrQuestCFS SCBA 5500 Vertical _ 2 or 4 AQ / AirQUestCFS SCUBA 3000 Vertical 1 or 2 H I HarrierCFS SCBA 5500 Vertical 2 HA / HarrierCFS SCUBA 3000 Vertical 1 11U« I . U - rvrdy we iepiaoeu wim any alpnanumenc comolnanon per the manutacturer to speciry accessones. The total number of characters for part number may vary. Note 2: Models CSSX2®, CSSX4@, SSX2@, SSX4@, BH@, RV@, AQ@, and HA@ utilize the Centurion SafeStation (CSSX2) base unit. Note 3: Models SSX3@, B4A@, and CSSX3@ utilize the Centurion SafeStation (CSSX3) base unit - Three Position (staggered) base unit. 4Z6..V lee" *OIL— R Cama, Di—W, W th M1eA— CandkW lon pmlj e LK LLC Any IMargon end tloeu,n•nu,lcn invdvMq LL IIarM arrvWaa era pmvidrld en befall el LL LLC NL) or arty aurlrorftnrd lianr M LL For quaaMea, pMaaa wnhaA a ied UL Cuaeorear Smim A.preaerrdllw of ;rn,.•ll Page 3 of 3 SOBA I SCUBA Cylinder Fill Capability from UNIISO and ASME Air Storage Systems (estimated, based on cascade fill method) Flisdel Storage Cylinder i�ps Cylinder 8peai19aaUans Pressure Capacity Palo OF 2216 48 at SC13A 4M 4300 43 of 38 of 4500 YS d &CUBA 3000 110 at 7045-HCO2 ISO 2 4500 B88 14 - 4 7045 -HCO3 ISO 3 4500 1332 23 7 7045-HC04 ISO 4 4500 1776 33 - 10 7045-HC06 ISO 6 4500 2664 46 - 14 7045-HCO8 ISO 6 4500 3552 66 20 7066-HCO2 ISO 2 5000 898 15 5 4 3 1 6 7066 -HCO3 ISO 3 5000 1347 25 9 7 5 11 7066-HC04 ISO 4 5000 1796 37 17 12 7 16 7066-HCO6 ISO 6 5000 2694 50 18 14 10 22 7066-HCO8 ISO 8 5000 3592 74 34 24 14 32 7066-HCO2 ISO 2 6000 1018 18 8 6 4 9 7066 -HCO3 ISO 3 6000 1527 30 15 11 7 14 7066-HCO4 ISO 4 6000 2036 42 22 16 10 20 7066-HCO6 ISO 6 6000 3054 60 30 22 14 28 7066-HCO8 ISO 8 6000 4072 84 44 32 1 20 40 7087-0025 ASME 2 5000 848 14 4 3 3 6 7067-0035 ASME 3 5000 1272 24 9 6 4 9 7067-0045 ASME 4 5000 1696 35 15 10 6 1 14 7087-0065 ASME 6 5000 2544 48 18 12 8 18 70137-0085 ASME 8 5000 3392 70 30 20 12 28 7087-0026 ASME 2 6000 982 17 7 5 4 8 70B7-0036 ASME 3 6000 1473 28 13 9 6 12 7087-0046 ASME 4 6000 1964 40 20 14 9 17 7087-0066 I ASME 6 6000 2946 56 26 18 12 24 7067-0086 J ASME 1 8 1 6000 3928 80 40 28 j 18 34 EagleAir, Inc. 3003 Thurston Avenue, Greensboro, NC 27406 Phone: (336) 398-8000 Fax: (336) 398-8001 rvww_ srglti°,3ir COM 03/05/2016 EagleAir, Inc. PRODUCT WARRANTY EagleAir. Inc., the Company, warrants to the original Purchaser' that the equipment manufactured and snipped by it will be free of defer in material and workmanship as foilovs '14—• Manufactured compressors, Compressor systems and accessory equipment (A) are warrantied to., eighteen (1$) rnonrt s from date of shipment or twelve (12) montl s from the date of start-up, whichever occurs fust. + Compressor pumps (H) installed as an integral part of wrnpressors or corepressor systems are warranded for a total of twenty-four (24) months, from the date of shipment. Replacement and service parts (C) are warrantied for ninety (90) days from the date of shipment. Replacement compressor pumps (C) are warrantied for one -hundred eighty (180) days from the date of shipment. + Factory repairs (D) are warrantled for ninety (90) trays from the date of shipment. Should any failure occur and is reported to the Company, in vnitino within the time period mentioned above and if the equipment has been installed, operated and maintained in conformance with :he condllions further, described below, the Conpanyshatl correct such nonconformity as follows. • For manufactured products installed in the Continental United States (A) as described above, the warranty coverage includes parts and labor for repair or replacement, as determined by the Company. • For manufactured products installed outside ofthe Continental United States (A) as described above, the warranty coverage includes partsfor repair or replacement, as determined by the Company, but not labor • For corepressor pumps (B) as described above, the warranty coverage includes the repair paras or replacement, as determined by the Company, not labor. • For parts and replacement pumps (C) as described above, the warranty coverage includes repair or replacement, as determined by the Company, not labor • For factory repairs (D), the warranty coverage Includes parts and labor. • Replacement warranty parts are shipped prepaid, FOB destination. As a condition of maintaining the above-mentioned warranty coverage valid, the Purchaser shall install and maintain the equipment and keep records as follows: 1. New equipment and warranty replacement components and parts must be installed by a factory Authorized Sales & Service Distributor and wired, if applicable, by a licensed electrician in accordance with kcal cedes. Installation by other than a factory Authorized Sales $ Service Distributor must be approved in advance and in wry by the Company. 2. All required routine service shaii be performed by a factory Authorized Sates & Service Distributor or User" in strict accordance with the rnanufacturer's instructions in the Technical Manuab. It is the responsibility of the user to assure that the equipment Technical Manual is on site and available for guidance and instructions. 3. The equipment must be operated in strict accordance with the inStr;ictions In the Technical Manual and such operation, as well as all routine service and repairs, must be supported by records as specified in NFPA 1989, 2013 Edition. Chapter 7, paiagraphs 7.3 and 7.4, Records. As a minimum, the following records must be maintained: a Operating tog which records the date, operator's name, beginning and ending hour -meter readings, if applicable- description of fill operation and any applicable remarks of events during frl€ing b Maintenance and repair log which records all routine maintenance and repairs performed, by date, hours of operation, by whom and a full description of the work performed and parts replaced. 4 City genuine EaofeAr, Inc. replacement components, parts and specified lubricants, as indicated in the Technical Manual, are to be used in the maintenance, routine service r,e rera:rs of the equipment The effects of corrosion, erosion, normal wear and tear, and maintenance items such as lubricants and filters are specifically excluded from the Company's Warranty. THE COMPANY MAKES NO OTHER WARRANTY OR REPRESENTATION OF ANY KIND WHATSOEVER, EXPRESSED OR IMPLIED, EXCEPT THAT OF TITLE AND ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE HEREBY DISCLAIMED. Correction by the Company of nonconformitles whether patent or latent, in the manner and for the period of time pravrded above, shall constitute fulfillment of all liabilities of :he Corrpany for such nonoonformilies. whether baseo cn contract, warranty, %girgence, irndemr•ily, strict liability or otherwise with respect to or arising out of sucin equipment. The Purchaser shall not operate aquipmont which Is considered to be defective, without first notifying the Company In wrtting of Its intention to do so. Any such use of equipment will beat the Purchaser's sole risk and liability. Limitation of Liability The remedies of the Purchaser set forth herein are exclusive, and the total liability of the Company with respect to this contract or the equipment and services furnished hereunder, in connection with the performance or breach thereof or from the manufacture, sale, delivery. Installation, repair or technical direction covered by or furnished under this contract, whether based on contract, warranty, negirgerrce, indemnity. SlrCI liability at otherwise shall not exceed the purchase price of the unit of equipment upon which such liability is based. The Company and its suppliers shall in no event be harfe to the Purchaser, any successors in interest or any beneficiary or assignee of this contract for any consequential, incidental, indirect, special or punitive damages arising out of this contract or any breach thereof, or any defect un, or failure of, or malfunction of the equipment hereunder. whether based upon, but not limited to, loss of use, lost profits or revenue, interest, lost goedmil, work stoppage, impairment of other goods, loss by reason of shutdowns or non-oper'arwn, increased expenses of operation, cost of purchase of replacement power or claims of Purchaser M customers of Purchaser for service Interruption whether or not such loss of damage is based on contract, warranty, negligence, indemnity, strict liability or otherwise. The original Purchaser is the party that issued a purchase order and pays for the equipment whether It is purchased from EagleAir, Inc. directly or from one of Its Authorized Sales S Service Distributors. " The User Is the operator or operating entity of the equipment. Effective Date: April 3, 2017 1 3003 Thurston Avenue, Greensboro NC 27406 Phone 336398-8000 Fax 336-398-8001 f i www eagleair com