Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutIII (B) Approval and Authorization to Award Bid B00-05, Purchase of Standby Generator and Transfer Switch for Lift Station #1 to Emergency Power Systems, Ltd., in the Amount of $29, 471.00 "CENTERAgenda 7-18-2000
Of GOOD/.I I'KG-PR/Olt of 119110KI 'I,," IcTcliORIjtBimIssioNER
Ocoee 9-SCOI I VANT)LRGRII-I
oredo CITY OF OCOEE COMMISSIONERS
uvNNv uowELL
:for
n ISO N.LnResuoae DRIVE:OCo1 E. El GRIM4761-2258 5(d)I I ANUI RSON
�`,,. Rl SIY IOIINSON
r (407)656 2322 NANCY I PARKER
F*Or GOOD N`
(I i\NI NAGFR
ELLIS SIIAPIRO
STAFF REPORT
TO: The Honorable Mayor and City Commissioners
FROM: Joyce Tolbert, Buyer
DATE: June 21, 2000
RE: B00-05; Purchase of Standby Generator
ISSUE
Should the City Commission select the Emergency Power Systems, Ltd., a division of Locke
Well & Pump Company to provide a Standby Generator and transfer switch for Lift Station #1
located at the east end of Nicole Blvd.
BACKGROUND & DISCUSSION:
This generator would replace the existing generator at Lift Station#1, which is a military surplus
unit purchased by the City in 1991. The existing unit is in need of major repair and is unreliable.
Staff was informed by the repair companies that there are no parts available on the market to
repair the existing generator.
A new generator and transfer switch was approved for purchase in the 1999 CIP in the amount of
$50.000 out of the Wastewater R&R fund. !be bid was advertised on May 14, 2000 and
publicly opened on June 13, 2000. Responses were received from the following companies:
1) Emergency Power Systems S 29,471.00
Labatt, Inc. $ 29,625.00
3) C. s Sales & Service $ 31,282.00
4) Ringhaver $ 32,862.00
5) Standby Systems $ 32,958.00
6) TAW Power Systems $ 34,459.00
7) Americas Generators $ 36,772.00
8) Hertz Equipment Rental $ 67,408.00
Please Lind attached copies of the above responses along with the bid tabulation sheet. for your
review.
Pg. -2- Purchase of Standby Generator
The bids were reviewed by the Utilities Department and Finance Department. Staff recommends
awarding this bid to Emergency Power Systems, Ltd., per the attached memo from James W.
Shira, City Engineer/Utilities Director.
STAFF RECOMMENDATION
It respectfully is recommended that the City Commission award Bid #B00-05 to Emergency
Power Systems, Ltd.. and authorize Staff to proceed with the procurement of this equipment.
2
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•CORINLe5IONER
ON Ocoee S. Scoff VANDRRGRIFT
It:911
pCITY OF OCOEE � , ,as,rrrvresDOITANDANNY RSOa150 N.LgRe$hiORli Delve
ELL
SC'OI-r ANIONERSOCOEE, FLORIDA 34761-2258N
Rl1S"rY 10HNSON
(407)656-2322 NANCY I.PARKER
Of GOD ❑'ry M11nrvnuex
ELLIS SHAPIRO
MEMORANDUM
DATE: June 16, 2000
TO: Joyce Tolbert, Buyer
FROM: James W. Shira, P.E., City Engineer/Utilities Director/1
SUBJECT: Standby Generator Bid
We have reviewed the bids for this generator, and have determined that the bid
submitted by Emergency Power Systems, Ltd. is acceptable. They are proposing to
supply a unit that is appropriately sized for our needs, and they are offering a two year
warranty as opposed to the one year warranty offered by the next lowest bidder.
I recommend that we accept the bid submitted by Emergency Power Systems, Ltd. in
the amount of $29,471.00.
JWS/jbw
Attachment
point
MPH Ocoee Water Resources `i
BID CHECKLIST FOR:
BID #00-05
PURCHASE OF STANDBY GENERATOR
6/13/00 10:00 AM
TAW Power Ringhaver Emergency Zabatt Walker American Standby Atlantic CJ's Sales &
Sy7siis Power Systems Miller Generator Systems Wire& Rigging Service
Addendum No. 1 y / I/ ✓ t/O
Base Bid ���
)qci . 3 &;2 ) ,9,9t171, CC) ,,c<< 5.c.c 3961,5Y,(6-) 31,28;7 . '
Warranty Jy¢ar „PQr,S b 0.car i fttr_{rein
4 inA/+rj Hch4br 5 bl hear -2ParS ��i ccb cede
Delivery i
Calendar Days (010 Ci-W45 (1-15CiAS Sii rlAys Slecials 1o[Jd�r4S n3cloy5
(1)signed original tI Orij laJ ✓/ 00r,GirlM /
(13)Copies Nit. � P/SS /
�/
I✓ O44`7 AS S ✓
List of References I// / / / /
List of / V V� I// r"
Subcontractors /
Summary of / / / /
Litigation ✓ V I� V
BID CHECKLIST FOR:
BID #00-05
PURCHASE OF STANDBY GENERATOR
6/13/00 10:00 AM
Cummins Hertz Equip Americas KC Electro- FL Detroit WW Grainger
SE Power Re9tal Generators Mechanical Diesel
Addendum No. 1 // 7'
Base Bid
(tY/k)3,(16) 3(L'7a0O
Warranty rit/ilitc'lnAgf. /vaZcr
It d.-/1trY1
e rr, 3�-v.�i,cnlirn Ltp Ail
tar,
Delivery
(i)Calendar Days (p dpyS �(�LCl�S
(1)signed original
(13)Copies
List of References / /
List of
`// I //
Subcontractors ✓ ✓
Summary of /� h,1ci
Litigation 1�
May 31, 2000
•
ADDENDUM NO. : ONE (1)
CITY OF OCOEE
BID NO. 00-05
PURCHASE OF STANDBY GENERATOR
•
This addendum shall modify and become a part of the original Bid Document for the
Purchase of Standby Generator. This addendum is a result of the attached questions
from Zabatt, Inc. faxed on May 23, 2000, Cls Sales & Service faxed on May 24, 2000,
and Emergency Power Systems, Ltd. Faxed on May 24, 2000
The following are responses to the questions front Zabatt lire.:
1. Please size for (300) amp service.
The following are responses to the questions from CJ's Sales & Service:
1. Across the line.
2. No.
3. Residential.
4. 1110 Nicole Blvd., Ocoee, Florida
5. (1) one year minimum.
The following are responses to the questions from Emergency Power Systems, Ltd.:
1. Yes.
Changes are as follows.:
Pg. 3 Legal Advertisement in the Bid Package should be amended as follows:
Bids will be publicly opened and read aloud in the City Hall Commission
Conference Room on the above-appointed date at 10:01 AM, local time, or as soon
thereafter as possible.
The legal advertisement placed in the Orlando Sentinel was correct.
oycc Tolbert
c U /
13/uyyyer
1
Page-2- Addendum No. 1; Bid B00-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your bid.
Emergency Power Systems , Ltd. , Division of
Respondent: Locke Well & Pump Company
Signature:_ _.
Street Address: 3685 Old Winter Garden Road
City, State, Zip Code: Orlando, Florida 32805
Mike Scharf
Name and Title: Sales & Service Tech Rep
Telephone Number: 407-299-8888 Federal I.D. ;1 59-1034242
2
• 15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
None .
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), hid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
•
None.
POWWWWWWWe 12
Protect Ocuer=Wzicr Besairces =^
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks reearding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
No installation on this job; equipment_ only.
We are factory representative for Central Florida.
Have you any similar work in progress at this time? Yes No X . Length of time in
business 48
Bank or other financial references:
First Union National Bank, Maitland, Florida
Vice President, Phil Stark; 407-646-1681
(Attach additional sheets if necessary)
POWe 13
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET" ARE ACCURATE AND WITHOUT COLLUSION.
Emergency Power Systems , Ltd, Div. of
Locke Well & Pump Company 407-299-8888
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
407-578-1840
FAX (INCLUDE AREA CODE
lockewell@aol .com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
AUTI IORIZED SR-NATURE (manual) FROM PURCHASE ORDER ADDRESS.
PLEASE INDICATE BELOW:
Rodney L. Dawson, President
NAME/TITLE(PLEASE PRINT)
3685 Old Winter Garden Road
STREET ADDRESS
Orlando, Florida 32805
CITY STATE ZIP
FEDERAL ID# 59-1034242
Individual X Corporation Partnership Other(Specify)
Sworn to and subscribed before me this 9th day of June .2000 -
Personally Known X _ _or
Produced Identification
Notary Public- State o FL
(Type of Identification) County of Ora ,ge_
Signature of Notary Public
t•10TAny WARREN K.THOAUS
PU% C State of Florida /J €ee-A/ I,/,(yryi\S
My co . expires June 10,2000 Printed,typed or stamped
mm. No. CC560419 commissioned name of Notary Public
( enonally Known I-I(reduced 1.9.
POW 14
Prutect Ocoao i Water Pcsource
SPECIFICATIONS/BID SHEET FOR BID #B00-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 l IP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of norntal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, die type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. 'the fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to he
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground.
TOTAL BID H1300-0S: S 29 , 471 00
Twenty-Nine Thousand
Four Hundred Seventy-One Dollars and no Cents
WARRANTY: 2-year Stand-by
DELIVERY:within 84 calendar days from City Purchase Order.
P01N' 15
,,,c•O<ocr.'s N'a�sr Pe frirevs
EMERGENCY POWER SYSTEMS, LTD.
AA - - -
DIA9510F(If !OCKE WELL Z. �b^,P CO. 'elephone;407)299-8088
3685 OLD WINTER GARDEN RD. Fax 1407)578-1840
ORLANDO,FLORIDA 32805
Quotation
Emergency Power Systems Page 1 of 2
3685 Old Winter Garden Rd. Version: GV2.5aQM2.5a
Orlando, Florida 32805 Quote Prepared By: Scharf, Mike
City of Ocoee QuoteNumber: MJS-1071D
150 N. Lakeshore Dr. Revision Number:
Ocoee FL 34761-2 Project Name: B00-05
USA Job Number: E-663
Attn: Tolbert, Joyce Quote Date: 5/23/00
Phone 407 656-2322 Valid Until: 7/22/00
Fax: 407656-7835
Item Oty Product Description
1 1 18ORD BASIC DIESEL GENERATOR SET
2 1 MTG43 Generator 12 lead reconnectable
3 1 SR60 Standard Configuration - 60 Hz Standby
4 1 GV480 Voltage Connection 480, 3Ph, 3w, 60Hz Hi WYE
5 1 BDC300 Circuit Breaker, 300 Amps, 3 Pole
6 1 GC100 Digital auto start, 4 shutdowns, no pre-alarms
7 1 GV105 Mechanical governor(5% regulation)
8 1 AC039 • Air cleaner, standard, normal duty, single stage
9 1 LT030 Testing at full load for 30 minutes
10 1 WT200 Warranty - 2 year standby or 18 months prime, standard
11 1 DP201 Low water level sensor and shutdown
12 1 BH1812 Engine coolant heater, 1800W, 120V
13 1 WP100C WEATHER PROTECTIVE ENCLOSURE
14 1 LS099 Leak sensor in double wall tanks
15 1 RSB402C Sub base fuel tank, 400 US gallons, double wall, U.L.
listed
16 1 DFLS100 Fuel level sender with 200/0 warning and 10% shutdown
(digital controls)
17 1 1B 1000 Starting battery, Group 41 (1000 CCA)
18 1 BCS203 Sens BC 120 VAC in, 12 VDC out, 3.5a, 2 rate, 0 alarms
19 1 EX505 Residential silencer kit, enclosed unit
20 1 ATVA30400 GenSwitch, Vert. ATS rated at 400 Amps 3 poles, w/
NEMA-3R enclosure and a Fixed Mount Moulded Case
Switch
21 1 NEMA-3R Optional NEMA-3R Enclosure
22 1 2HRLB 2 Hr Factory Load Bank
23 1 10SEC 10 Sec. Delay Normal Loss to Full Load
24 1 ATSWMON Wall Mounted Auto Transfer Switch
Page 2 of 2 Quote ID: MJS-1071D GV2.5aQM2.5a
uy. ,uy of uLucc, v..'ivauiuio; <Un I Vu i >ya a
•
"CENTER OF C:000 LIVING-PRIDE OF NEST ORANGE" MnvuA•COMMMIONE2
Ocoee S.SCOTT VANDERGRIET
CITY OF OCOEE
CuauuuIONUIS
I
DANNY HOWELL
I50 N.LAKESHORE DRIVE SCOTT ANDERSON
ta OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON
(407)656-2322 NANCY 1.PARKER
W 00O CITY ltirnuee
ELI.IS SHAPIRO
CITY OF OCOEE
INVITATION TO BID #B00-05
FOR
PURCHASE OF STANDBY GENERATOR
BID SHEET
DATE BID#
6/12/2000 BD0-05
N
NAME/ADDRESS
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761-2258
REP FOB
EDJ MIAMI
L
DESCRIPTION QTY COST TOTAL
215kW Perkins 1306-9TAG3 emissions 1 21,950.00 21,950.00
compliant diesel engine, rail mounted,
tropicalized radiator cooling, industrial
silencer with Vibration Isolators, Three Meter
engine-generator control panel with safety
shutdown, 12 wire three phase brushless
generator, brand new package, one year
factor warranty, serviced, loadbank tested
Weatherproof Enclosure 1 4,375.00 4,375.00
500 Gallon Double Wall, UL Fuel Tank 1 4,262.50 4,262.50T
Auto start panel with overspeed shutdown 1 426.00 426.00
Residential muffler 1 291.00 291.00
Flex Connector 1 141.00 141.00
Battery, rack, and cables 1 184.50 184.50
Battery Charger 1 181.50 181.50T
Start-up Inspection of Generator at 1 300.00 300.00
Customer's Facility
L
TOTAL
__I
2140 N.W. 18th Avenue • Miami, Florida 33142 •Tel. (305) 545-7800 • Fax: (305) 324-6100
Visit our web site: www.& iericasGenerators.com
BID SHEET � ew
DATE BID ai
6/12/2000 B00-05
\s&---aj
NAME/ADDRESS
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761-2258
REP —- - FOB
EDJ 5 MIAMI
DESCRIPTION QTY COST TOTAL
300 Amp Automatic Transfer Switch, load 1 3,550.00 3,550.00T
sensing, 277/480 Volt, 3 Phase, 60 hz, NEMA
3R Weatherproof Enclosure, 5 TO 10
SECOND TIME DELAY NORMAL TO
EMERGENCY , TIME DELAY ENGINE
START, TIME DELAY EMERGENCY TO
NORMAL, TIME DELAY ENGINE
COOLDOWN, EMERGENCY SOURCE
SENSING, PROGRAMMABLE FAIL SAFE
PLANT EXERCISER.
Jacket Water Heater 1 310.50 310.50T
Freight to customer location and off-load of 1 800.00 800.00
generator set using a crane
Sales Tax 0.00% 0.00
TOTAL $36.772.00
2140 N.W. 18th Avenue • Miami, Florida 33142 •Tel. (305) 545-7800 • Fax: (305) 324-6100
Visit our web site: www.AmericasGenerators.com
Sent dr: u1Ly ul uLuuu, $Lh Ujb(BJij Jun-i-uU IU:4bAr,l; Idye IUJ I
Page-2- Addendum No. 1; Bid BOO-OS; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your hid.
Respondent: R - 4-eiJ s- rcA.To S
Signature:
Street AddressR/VO K)0 ( (\s-'-e_ _
City,State. Zip Code: .3 /V ?—
Name and Title: /—Q o l't-U S TV 7J U
Telephone Number: Z05--S y5 "7 gOO Federal I.D. # (�3 03 / — 6 7
2
bellL by. blly vl UJwe; Wll b..'.,i if e>, JUll I UU YuyC IJ/ei
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAM IADDRESS/FEDERAL I.U. NO./CONTACT PERSON/PHONE a:
N/A
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome,and the monetary amounts involved. If none,please so state.
M /A
povit 12
ti, I e4C Iv,e,
•
17. REFERENCESIEXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience -with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity,nature,and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
9/c//),000i/eAo Oon/3T. 598o GKrcu.NE be goo- c17z-p
FrrcMRnu . W I SR t9/Loot f)LL0.0 Q770
c2Q`, I a000 4
a
Ac-�`��� _. ��/ � �,Otk3 /GURF CoMPuT�¢ 11 Sty 62 /L/-E 47,Evcrcr�
�cT� r _ Urawr�rk-anr 3ro- i LT
a / � otyorF -cP�g_5n3on. cg_tr / ` tkC GtPPerr
Potcsr Ara f,a 77v— - time
II/IS/Lyy.973a coo/GI ryorSul-Hee-um.0(L f 2oeak M�rcee e
1O//4/ /999/aogfto/ C.rry e Kcttuit<e ,TX SHZOi4r fl TAcOcTO
Have you an similar work in progress at this time? YesX No . Length of time in
business
Bank or other financial references: -S E GATT R'C-14(5 (J
(Attach additional sheets if necessary)
3
PCOVVIII
P qnc:t)!:noe v fYne Iln..r_..
May 2511i, 2000 arS
Reference List
1. Wrangler Corporation, Greensboro N.C. Contact: Worth Wilson
(336)332-4438
2. Price Smart, San Diego, Ca. Nayde Frausto, 619-581-5320
3. Florida Dep't of Environmental Protection, Tallahassee, FL. Contact:
Kimsey Helms, 850-488-6433 (Unit was for Cape Florida State Recreation
Dep't, Key Biscayne, Shaun Allen, 305-361-8779)
4. Pillsbury Company, Portland MA. Contact: Adam J. Bear, 207-772-8341
5. Institute of Marine Science, Ft Lauderdale, FL. Contact: Sid Margolis or
Dave Diggins, 954-772-5773
6. Ideal Box, Chicago, III. Contact: Jeff Baran, 708-594-3100
7. Cube Computer, Hawthorne, N.Y. Contact: Lee Weinstein 914-592-8282
8. Tennesee Valley Authority, Chattanooga, TN. Contact: Christine Bertoni
423-751-8264
9. City of Kerrville, TX. Contact: Howard Jackson, Water/Wastewater Mgr.
830-257-8000
10.University of Montana, Contact: Brad Avanger, 406-243-5680
2140 N.W. 18th Avenue • Miami, Florida 33142 •Tel. (305) 545-7800 • Fax: (305) 324-6100
Visit our web site: www.AmericasGenerators.com
wN
4/12/00 ��
Credit Information
Generators,Generattors, Inc
2140 N.W. 18th Ave.
Miami, FL. 33142
Ph.#305-545-7800
Fax#305-324-6100
David Johnston, President
Federal I.D.#65-0512267
Florida Resale Certificate# 230844432958
Florida Corporation in business since 1994. Distributes and exports electrical generators and
related equipment.
Duns#834978066
Credit References
1. Tradewinds Power Corp. 5 Customs and Trade
5820 NO.84'h Ave. 11010 NW.30th St.
Miami,FL.33166 Suite 106
305-592-4944 Miami,FL.33172
Attn.:Scott Draper 305-477-7088
2. Pantroplc Power 6.John Mayo Properties
8205 NW.58t• Street P.O. Box 292256
Miami.FI.33168 Davie,Fl.33329-2256
305-592-4944
3. Advanced Transportation 7. Martin Machinery
3600 South St.Road 7 34 W.Mohler Church Rd.
#346 Ephrata,Pa.17522
Ft. Lauderdale, Fl.. 660-458-7000
954-981-2400
4. American Express Corporate 8.OH Generators
Ft.Lauderdale, FL. 373 N.River Ave.
Acct.#3783-477768-84032 Deerfield Beach,FL 33441
954-503-3787 954-428-9990
9.Scott and Winfield, Ltd.
122 Schneiden Dr.
Lebanon,Pa. 17046
717-274-1483
Bank References
1.Ocean Bank
1000 Brickell Ave.
Miami,FL.
305-808-2267
Attn:Olimpia Guzman,V.P.
2140 N.W. 18th Avenue • Miami, Florida 33142 • Tel. (305) 545-7800 • Fax: (305) 324-6100
Visit our web site: www.AmericasGenerators.com
aeil cy. Lily of vcuee, Ju,ubuibJSf Jun- i-uU Iu:+UML1i Faye !bizI
•
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
(-+A1,ER ICAS Ot aTO'r,TA,c 32c— S9S- ) S O
COMPANY NAME TELEPHONE(INCLUDE.AREA CODE)
3os'_ ZLv - CI CIO
FAX(INCLUDE AREA CODE
✓✓.P IL- G )eJ Q et c.c.s ` !i:.t_-c c.4S. GU--
E-MAIL ADDRESS
�� IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZED SIGN III. al) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
ErtG.- Tt ( {u&jxt), U. P.
NAME?ITLE(PLEASE PRINT) ...__
ZIVC) P L3 (lAeko
STREET ADDRESS
ri (M--fl ,rrti.. a 2 q 2-
CITY STATE ZIP
FEDERAL ID a GS •OS -aa67
Individual y Corporation Partnership _Other(Specify)
Sworn to and subscribed before me this_ __ day of ,20
Personally Known or
Produced Identification
_ Notary Public-Stale of 1 L
(Type of Identification) County of ipp --
Signature of No Pub
ARTH u e 2 0.)aZW O-
Printed,typed or stamped
commissioned name of Notary Public
14
befit. by: btty of Ur:ore; fIW I)Sti r H3.); .J III ' I •OU I u:dbnhl; Page Iu/
SPECIFICATIONS/BID SHEET FOR BID#B00-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of nonnal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set,the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely,exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for nut less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician,not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location.and offloading from the delivery
vehicle to the ground. �2 /'6. -7
TOTAL BID HB00-05: $ J__ _. .,._../. 7Q._cx
Z _6n,�-lAr�,ne.,�,Q A_ fiollars and 00 Cents
•
WARRANTY: ' .^r "-
DELIVERY:within 30 calendar days from City Purchase Order.
m.-. . .�r. IS
•
•
\S••••, •••-•••1
OFFICERS OF AMERICAS GENERATORS, INC
1) David F. Johnston, President 2140 NW 18 Ave, Miami, FL 33142
2) Eric D. Johnston, Vice President 2140 NW 18 Ave, Miami, FL 33142
2140 N.W. 18th Avenue • Miami-, Florida 33142 •Tel. (305) 545-7800 • Fax: (305) 324-6100
Visit our web site: www.AmericasGenerators.com
Page-2- Addendum No. 1; Bid B00-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your bid.
Respondent: ec'ci/J _ Rq J ' n4 %KY 1/le et, �YIC. .
Signature:
Street Address: i'? N-E /7' ?L
City, State, Zip Code: C64/ rt. ''`1 L flO
Name and Title: £ 7 rr3 LIn-I-vn - CAI ie A Av7ena jer-
Telephone Number: P,c2 732 02-1 Federal I.D. # 97 Z488 hZcTi
2
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
None,
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
I fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
None,
I
POViirk
J
J
J
12
Protect Ocuae's Water Resources
1
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
. l /zcco C.R-y of Ivan+Fr�rnrL 4o�•�z� 33g8
(1 -taef: till/ Arehrr
l I`19 L)-Iy of Alfrtmonrt 'Prink go-7 rdcc- y41-7
(.on-fae+ Tohn L i 1 ieflwt
(41'I61/2CCC (rcmFt'+rrPctnr' CyrA-rNI<i Licr? ''i2-7' 72/73
aORtie-(-.' fziPk k/v2nisek
Have you any similar work in progress at this time? Yes x No — Length of time in
business 20 Years
Bank or other financial references: A m'Soo-1-h n k-
pr. C'.,:ax ?ft
(ion/a , pj .44'78
(Attach additional sheets if necessary)
POVIffilt
J
1
1
13
Protect Oceee'c Water Berner ces '.
lSIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
05/SCA 4n4 C rY7C,L) iS2- 79.2 - 02'7l
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
cfCf�
1 FAX(INCLUDE AREA CODE
E-MAICADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
AUTH ED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
&req L2vrMn
NAME?ITLE(PLEASE PRINT)
13Z LJ. E- I-M. fl .
STREET ADDRESS
Cat? /e . Pt ?/1-1 i -7C
CITY STATE ZIP
FEDERAL IDt# ry/ 24g6•ZS6
Individual X Corporation Partnership Other(Specify)
I
Sworn to and subscribed before me this cr." day of ,20 00.
Personally Known ✓ or
Produced Identification
Notary Public-State of
(Type of Identification) County of
d\
eSk
Rebecca R.Cederroth Signature of Notary Public
MY COMMISSION a CCe52742 EXPIRES
I i July 2Z 2001 ?-4E)co.¢ccc� Oed2tzCo�C v�
ecaoton,wtw wsuunccrzs
Printed,typed or stamped
commissioned name of Notary Public
JI
1I
14
Protect Ocoees Water Resources POW":
SPECIFICATIONSBID SHEET FOR BID #B00-05; STANDBY GENERATOR
IProvide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously, Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
1 phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
IThe generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
Idouble wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
I
the event of a fuel tank leak.
1 The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
IThe price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
1 include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground.
I
I TOTAL BID#B00-05: $ 31, 2 gz- . 00
emy 1. ,
-thi -th-thirty One. o mel-frt'o hvn4rrADo ars and 00 Cents
WARRANTY: nit year-Front 4la-k-, oFaeacpfimce'.
1
DELIVERY:within r-" calendar days from City Purchase Order.
I
l
POWIS
Protect Rcoee'e Water Resources '.
ha
Equipment Rental
kortr Equipment Rental Corporation
United Parcel Service 225&ae Bon/envoi Pan Ridge.Al O7656-0713
June 12. 2000
City of Ocoee
Finance Department
Attention: Joyce Tolbert. Buyer
150 N Lakeshore Drive
Ocoee. III. 34761-2258
RE: BID #B00-05 - PURCHASE OF STANDBY GENERATOR
Dear Ms. Tolbert:
Thank you for giving Hertz Equipment Rental Corporation (HERO) the opportunity to provide information
regarding the above-mentioned Bid.
Enclosed for your review are one(1) original and thirteen (13) copies the following:
Page 2. Addendum.
Bid pages 12-15.
7 Equipment specifications and manufacturer warranty.
If you have any questions please feel free to contact Ron Zeuli. Sales Representative in our Orlando, FL
location at. (407) 240-2132. or you may contact me directly at(201) 307-5299.
Sincerely.
4:1— (44 ‘7(244
Steven Ruf
Manager. Sales Administration
Attachment
cc: R. Zeuli (w/ attachments)
Page -2- Addendum No. l; Bid BOO-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your bid_
Respondent: Hertz Equiprent
Rental Corporation
Signature:
Street Address: 10655 Central Port Drive ... --
City, State, Zip Code: Orlando, FL 32829
Name and Title: Anthony Gonnella, VP National Accounts
Telephone Number: (407) 240-2132 Federal I.D. H 13-6174127
2
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE II:
NOT APPLICABLE
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially. of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
river the past (5) years, Hertz has been Part in se rera] c®erria] daaputes
None of the suits determined that Hertz did not provide the highest st4ndard
of service or equipment-
POINT' 12
Protect Ocoee'a Water Nesoo-rs
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
HFRC has cnlri eTiilnwnt to variniic lrral gnvernnwnr anti natinnal G]ients,
as well as supplying various equipment and tool rental contracts.
Have you any similar work in progress at this time? YesX No . Length of time in
business an+ yaars
Bank or other financial references: Chase Manhattan
1 Chase Manhattan Plaza, 50th Floor
New York, NY 10091 Contact: Mervis Johnson (212) 552-2591
(Attach additional sheets if necessary)
Pat13
Pmiect Ocoee's Water licsnu ces
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET" ARE ACCURATE AND WITHOUT COLLUSION.
Hertz Equipment Rental Corp. (407) 240-2132
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
(407) 858-7995
FAX(INCLUDE AREA CODE
sruf@hertz.can
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
ALIT ORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS.
PLEASE INDICATE BELOW:
Anthony Gonnella, VP National Accounts
NAME/TITLE(PLEASE PRINT) Attn: Treasury Dept.
10655 Central Port Drive 3817 NW Expressway
STREET ADDRESS Oklahoma City, OK 73112
Orlando, FL 32824
CITY STATE ZIP
FEDERAL ID# 13-6174127
Individual - Corporation y Partnership Other(Specify)
Sworn to and subscribed before me this_42 12 day of_ Jun ,20 nn
Personally Known X _ or
Produced Identification
Notary Public State of
(Type of Identification) County of
Signature of Notary Pub is
DFE' ;AI1 L FOSTER
P??krtfd,typed oi:sithit /JERSEY
-IKomhftissioned.nameBrNAtaryt ebUt
+.�. RAl _ FOSTER
/t'C 'r 4EW JERSEY
N E)(Fir— ^ 4N 3'. 2004
POINT' 14
Protect Ocuen's Watet Resources
SPECIFICATIONS/BID SHEET FOR BID #B00-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to he sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to he used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to he enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground.
TOTAL BID #BOO-05: S 67,408 . 00
and eight
sixtyrseven thousand four hundred Dollars and 0 Cents
WARRANTY: Standard Mfg. City to contact Mfg. for warranty service.
DELIVERY:within 60-90 calendar days from City Purchase Order.
POWr 15
_ C $ LimnLEN ne
milamigr
Coleman Super Ouiet-Pac Diesel Generator Specifications
Coleman Model CCLTA I 0-250SQ & CCNTA855-350SQ
RATINGS CCLTAIO-25050 CCNTA8S5-350S0
Standard Features: e w6 KW 61 ga OFF 380 KW a� °aapF
Fmp Vdtae300.+m, A 480(339A1240 t677A) 480f4/N2401105IN2C1302"5N
p4me*taxi Orw.m 240(707A112C pWA) 240 96341120 i963A1
• Electronic Governor Level
7Oib 23 't
ENGINE CCLTAI0-25050 CCNTA855-350S0
• PMG Generator Manufacturer;Mod Cummins minslMl1-02( min e1NI4-G2I
BHP 01800 RPM(Standby, 345 BHP 480 BHP
Engine Type TurochargeNAltercooled.In-Line 6 Cylinder
• Low Coolant Shutdown Starter 24 Volt Positive Engagement
charging System 24 Volt 35 Amp
GovernorI25%Drool),
arontn
• Coolant Heater bli aim SileRadiator
Exhaust System critical Grade Silencer
• Auto Start/Stop with FUEL CCLTAIO-25050 CCNTA855-35050
Type i Number 2 Diesel
Fuel Tank Capacity i 475 U.S.Gallons I 475 U S.Gallons
Oversbed Shutdown Fuei Consumption 15 7 GPH,©Full Load 22 GPH a Full Loan
P Running Time 30 Hours @ Fug trial) 22 Hours %Full Load
• Phase Selector Switch GENERATOR I CCLTAI0-250S0 CCNTA855-350S0
Type i Brusless.4 Pole,Synchronous.Single Bearing
Insulation Class"1"
• Oil Level Controller Temperature Hating I, 05'C Rise over 40"C Ambient
Voltage Regina External.Solid State.Aahalaole
Voltage Regulation • I n,
Frequency
ega struee 60
Hertz(1000 RPM)
• High Temp/Low Oil Pressure Shutdown Generator Instruments Voltmeter Ammeter 8 Dal Type H
ertz Meter
rtuSmrtN^tiM w.m en LEWi '25 HP Cede F(S Ff9Yn 150 HP Cade'F 13
Phase,
• Fuel/Water Separator OISTRUBUTICN I CCLTA1 O-25050 CONTABSS]5050
SFU Phase Fmte%12c vACl I➢20Amp Guar U 153 Amp TxrsTo. I
• Center Point LiftingEye 9 MeempykuP 1i 30 Amp TvmYtrk,2)WNM Tenrphn
Y ,time Plug Hv}up L Lug Te.'mna2 V Or
Omit Breaker
WiSelectorage 5 Smtsh 30.2W VACC Or 480 VAC
• Base Drain Slope for easy cleanup MISCELLANEOUS CCLTAI0-25050 CCNTA855-35050
Enclosure Weatherproof With Lockable Doors
• Large Onboard Fuel Capacity Lilting System Roof Mounlec Single Point
Dry Weight Skid MMunte I 12,800 Loa. 14 000 Lin.
Dimensions.Skid Mounted l 163'L x 68'W x gO"H
• Overcurrent Shutdown Relay Dry Weight Trailer Mounted +.Doc Loa. 16 000 Les ___
Dimens,ans Trailer Moante. 252"L,L^z'W. .2."H
' Due to continuing Product development Specifications are subject to change without notice.
Coleman Engineering, Inc. DISTRUBUTED BY:
853 Highway 178 East, Holly Springs, MS 38635
Toll Free 1-800-228-6444
Phone (662) 252-5252 • Fax (662) 252-7373
www.colemanengineenng.com
w=•.
Ar
AV Ar
GEN 8/99
r:�. s r
� 1 a:=�=COLEM
MANUFACTURER'S WARRANTY
ENGINE DRIVEN ELECTRIC GENERATOR SETS: All units and components are covere
under the warranty of the original manufacturer, and this warranty is included, in writing, in the servic
manual accompanying the unit.This warranty period is generally 1 year from delivery to the user.All engin
and generatqr warranty repairs must be performed by an authorized service dealer. Call the Colema
factory for current servicing dealers in your area.
PRODUCT QUALITY: Coleman products are designed and engineered to perform as stated on th
product nameplate and according to published specifications. With proper installation and operatior
regular maintenance and periodic repair service, the equipment will provide reliable service. In additior
Coleman warrants these products to be free from defects in materials and workmanship for a period state
herein.
STANDARD WARRANTY: All Coleman manufactured products are sold with a one (1)year factor
warranty starting on the delivery date to the actual user.During the period Coleman will repair or replace ar
covered item(See WARRANTY EXCLUSIONS)that is deemed to have failed due to defects in materials c
workmanship when the product has been properly installed, operated and maintained under norm;
conditions according to the manufacturer's written instructions.The decision that a component has fails
due to defects in materials or workmanship will be made ONLY AND SOLELY by Coleman.The decision
repair or replace a defective component will be made ONLY and SOLELY by Coleman. This warranty
offered only to the original product purchaser.
WARRANTY EXCLUSIONS: The following items are excluded from any warranty coverac
regardless of the time period in which they fail:
Light bulbs and lamps
Lens and reflectors
Batteries
Tires. rims and valve stems
Filters
Fuses
Decals and Stickers
Paint
EXTENDED WARRANTY: The standard warranty period may be extended on certain Colem;
products by paying an additional fee.Consult your Coleman dealer or representative for further informatic
If a warranty period is extended, it will be so noted on the original factory invoice.
•
WARRANTY AUTHORIZATION: All warranty service or repair must be authorized by the Coleman
factory — IN ADVANCE. Warranty repairs performed without prior authorization will be disallowed.
Authorization may be obtained by phoning the Coleman factory TOLL FREE 1 -800-228-6444 between the
hours of 8:00 AM - 5:00 PM Central time. The Coleman National Service Manager will issue ar
Authorization Number for valid warranty claims, and this number must appear on all correspondence tc
insure timely processing. All repairs must be performed by an authorized and registered Coleman dealer
MATERIALS ALLOWANCES: Coleman will allow credit or furnish free of charge to the Colemar
authorized service station or dealer all genuine Coleman parts used to perform warranty repairs.
LABOR ALLOWANCE: Coleman will allow warranty repair credit or provide payment to the approve(
dealer or service center at the straight time labor rate when the cause of failure is deemed to be due t(
defective materials or factory workmanship. This labor allowance will be based of the factory's standar(
time schedule of flat rate labor allowances, or otherwise a time judged to be reasonable by the factory
Repair work not covered under warranty will be charged to the owner. The Coleman warranty does nc
include the following:
Start-up of engines
Communication charges
Transportation charges
Travel time and/or mileage
Unit removal or installation expense
Cost of fuel, oil or coolant
Normal maintenance or adjustments
Tune-up adjustments
Maintenance parts
INCIDENTAL or CONSEQUENTIAL DAMAGES: Coleman warranty offers no coverage c
allowances for incidental or consequential damages.
WARRANTY ADMINISTRATION: All Coleman warranty claims will be administered by the Factor
through authorized Coleman dealers and service centers who can settle customer claims within the limits(
the Coleman manufacturer's warranty described herein. No other warranty is expressed or implie(
Coleman reserves the right to change warranty policies without prior notification.
F COLEIVIAPI P.O. BOX 18679 MEMPHIS, TN 38181-0679
Engmeermg TOLL FREE 1-800-228-6444 IN TN (901) 794-3311
3
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
Z,akta}{', Inc. Yo7 - 219 - g(973
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
4o1 .146 -
FAX(INCLUDE AREA CODE
brUCLP zwlGenkCOM
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
HO ED GNATURE(manual) FROM PURCHASE ORDER ADDRESS,
Sales PLEASE INDICATE BELOW:
-Drvce. nle%65%le\3M Met nayr
NAME/TITLE(PLEASE PRIN
41111 Ctt CCona, -Octet Ra
STREET ADDRESS - -
Orletwdo a Ft 32g10
CITY STATE ZIP
FEDERAL ID n 59- It% 211
Individual X Corporation Partnership Other(Specify)
Sworn to and subscribed before me this Sa2 day of Ci£&i&.L. ,20 0 U.
Personally Known or
Produced Identification
Notary Publ- - State of t
(Type of Identification) County of
naturc of Notary Public
tenet f< . P-+z
Printed,typed or stamped
commissioned name of Notary Public
dun N Janet K Free
.,y }try Commission cc993277
,.,.°Expires January 21 200/
POVit14
Protect 9ceee'r Water Resources
SPECIFICATIONS/BID SHEET FOR BID #B00-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customers intended installation location, and offloading from the delivery
vehicle to the ground.
.Z� (e15 . DO
�t
O f brag- eo
2
TOTAL BID #B00-05: $ D rr 5
ism b-Q-co irkp�rcr I Btllars and C-c,is
t,n"..f,y A4r% theta-to-ma asobtatIndouct b..a..)b lit" c&oUc `ts- a-.' ct -tyn.°-
WARRANTY: 1 year
DELIVERY:within Jr(o calendar days from City Purchase Order.
POWP15
"mWU 6 nr0 s Water itemm co,
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CON TACT PERSON/PHONE#:
N/A
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
Nont
POW", t2
Protect Ocuee's Water Resources
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
__. . _. See. Aik0.c\1tok
Have you any similar work in progress at this time? Yes X No_ Length of time in
business 26 years
Bank or other financial references: A 4 anti•e d.
(Attach additional sheets if necessary)
POWs 13
Page -2- Addendum No. 1; Bid B00-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your hid.
Respondent: gZA�ta bad} I`rr_
Signature: 1>
Street Address: ! 4y -17 C larrowct - Ccoct Rd
City, State, Zip Code: Or la Ado F L 3a81t9
Name and Title: Bryce- C. CS\etvn. Sal e3 A/Lo q a r-
Telephone Numbere107) e.qq- gta'7 3 Federal I.D. # j 9 - /Z $ 9).7/
2
la � - P1174
REFERENCES / EXPERIENCE OF RESPONDENT WITH SIMILAR
WORK .
Date of Contract Amount Name / Address / Contact
12/99 $ 127,000 City Of Ocala
1808 N.E. 36TH AVE
Jim Brown 352-629-0722 OCALA,FL 34470
4/99 $ 19,500 City of GreenCove Springs
1/2000 $ 25,000 229 Walnut Street
2/2000 $ 20,000 Green Cove Springs, FL
Bill Shephard 904-529-2200 32043
5/99 $ 272,000 Glynn Co. Board of Commissioners
1725 Reynolds Street - Suite 300
Brunswick, GA 31520
Ralph Guarracino 912-267-8631
I� P
Municipalities Sales & Service Trade References
The following is a brief listing of generator sales and maintenance accounts, which were
sold and serviced by Zabatt, Inc. If additional references are required, please contact
Xiomara Rodriguez at 407-294-8673.
Name Contact Number
City of Altamonte Mike Worman 407-830-3870
City of Ocala Jim Brown 352-629-0722
City of Eustis Tracy Jeanes 352-483-5475
City of Orlando Charles Padgett 407-246-2667
City of Green Cove Springs Bill Shephard 904-529-2200
Glynn County Ralph Guarracino 912-267-8631
al . P
Jacksonville—Orlando—Tallahassee—Miami
CREDIT INFORMATION
Zabatt, Inc. Tel. 904-384-4505
4612 Highway Avenue Fax 904-384-6478
Jacksonville, FL 32254
Established 12/05/77 Incorporated 5/01/79, State of Florida
Principals
Jose M . Sabatier, President
Xiomara Sabatier, Vice President
J. Michael Sabatier, Secretary
Employer ID#59-1889271....Sales Tax Exempt#26-08-070488-50....Dnns#08-7756896
Bank Account
•
First Guaranty Bank and Trust
1234 King Street
Jacksonville, FL 32203
Tel. 904-384-7541
Contact—Mr. Carl Graham
Account# 18001054157—Checking
Credit References
N'P Diesel Federal Mogul Quincy Compressor
P.O. Box 1460 P.O. Box 67-30401 3501 wisman Lane
Huntington Bch., CA 92647 Detroit,All 4826 Quincy, IL 62301
Tel. 714-898-9955 Tel.800-521-8605 'ref.217-222-7700
Fax 714-894-9356 Fax 248-354-8950 Fax 800-219-9124 529800 5912J
Vcctl! 1373760 Acct/! 001215
DRUG-FREE WORKPLACE POLICY
PAYCHEX BUSINESS SOLUTIONS/ZABATT ENGINE SERVICES,INC,(the'Company"),endeavors to provide a
safe, healthful and productive work environment for its employees by supporting maintenance of a Drug Free
Workplace as defined by the Florida Drug-Free Workplace Act,§440.101 -.102, Florida Statutes, the Rules of the
State of Florida,Agency for Health Care Administration,Chapter 59A-24,Florida Administrative Code, Drug-Free
Workplace Standards, and the Florida Department of Labor and Employment Security pursuant to the Rules for
Workers Compensation Drug Testing,38F-9,
This Policy prohibits the use,sale,distribution,manufacture or possession of alcohol,drugs or related paraphernalia
or being under the influence of alcohol and/or drugs to the extent of possible impairment,defined as having bodily
concentrations of metabolites of drugs or alcohol exceeding the threshold levels listed below,while on Company
premises or worksites or anytime while operating Company vehicles,whether resulting from usage on or off the job,
unless prescribed by a licensed physician;
Amphetam1Ts LOCO ng/mL Methadone
3W ng/mLBarbiturates 300 rug/mil Meths uahone 300 ng/mLBenzodiazepines 303�/� ates(Heroin,Morphine Codeine) 320g/mLBenzoylemgne(Cocaine) ng/mL Phencyclidine
h ee� ) /mLCannabinoids(Marijuana) 50g/mL phpoxyphco 300 rig/miEthanol (Alcohol)
0.05 g%
To facilitate enforcement of this Policy,following an offer of employment by the Company,all job applicants will be
required to take and pass a drug test All current employees will be exempt from being tasted for any reason for at least
sixty(60)days following the initial implementation date of this Drug-Free Workplace Policy.This.delay is to provide
adequate time for any listed drugs,which may have been ingested by employees prior to being given notice of their
prohibition,to be excreted before becoming eligible for feting.
Thereafter, present employees must be tested for drugs and/or alcohol under reasonable suspicion conditions,
including post-accident Florida Rules also require testing following completion of treatment or counseling for drug or
alcohol abuse and together with any routinely scheduled Etness-for-duty exams,Random testing is also authorized.
Refusal to submit to testing upon request,for any of the reasons authorized by the Rules,shall subject the employee to
the
disciplinary consequences as a positive test result which may include termination for cause and denial of
and Workers'Compensation medical and indemnity benefit.
Analysis of specimens will be performed only by laboratories licensed or certified by the State of Florida Agency for
Health Care Administration or the Federal Substance Abuse and Mental Health Services Adminhhation(SAMHSA-
formerly NIDA),utilizing qualified sites and employing collectors trained to follow authorized collection protocols
and properly maintain legal specimen chainof-custody.
An experienced physician/Medical Review Officer(MRO)will review all negative and confirmed positive laboratory
reports. Positive results shall only be reported to the Company after the MRO has ascertained that personal
prescriptions or other legal substances do not account for the laboratory findings. Investigations may include, as
appropriate,telephone contact with the employee and any prescribing physician(s)and/or pharmacies identified.
Within five(5)working days of receiving written notice of a confirmed positive test result which has been verified,
employees may submit any pertinent information to the Company or Medical Review Officer explaining or contesting
the test results.If the Company disagrees with the employee's position,within fifteen(15)days of receipt of a formal
challenge of test results,the Company must respond.If the employee wishes to maintain the challenge,within thirty(30)
and/or days of receipt of the Company's written response,the employee may appeal to a Court of competent jurisdiction
antheemployee's aJudge of Compensation ains(if a workplace injury has occurred).Upon initiating a challenge,it shall also
respon iulty notify the testing lab which must retain the specimen until the case is settled.
All information includinginterviews,reports,
received bythe P statements,!memoranda,Employee
and drug test Programs,
s,written or and otherwise,
Company,laboratories,Medical Review Officer,Em to ee
rehabilitation providers, and their agents who receive or have access to infoorrmation istanceconch in rug alcohol
originating from testing performed in conjunction with this Policy,is to be treated asconfidential drug test results
Such information may not be used or received In evidence,obtaine in discovery, i public r private
proceedings unless release, including consultation with legalqui1HdO9�efend related
tr
administrative matters such as detezminirr corercoital i,Floridat to defend res s civil or
is compelled by a herein officer or courto peneabWtyunder Chapterrs 440,t tales,Cr der is such releasen,
$ ofal or cnt urisnaltl licn ensing
board an appeal reldksundeathissection, g.
unless deemed appropriate undery a ranyscircu or occupational other than asi sete board ine a related ,disciplinary pursuant
proceeding.
Release of such information any circumstances as forth herein above, shall be pursuant to a
written consent form signed voluntarily by the person tested.Information on drug test results shall not be released for
use in any criminal proceeding against the employee or job applicant and if released contrary to this section, the
information shall be inadmissible as evidence in any such criminal proceeding.
1
This Certificate hereby Acknowledges
•
Zabatt
1
has met all reelMEe ti'-61 S e th-it, the Articles of Incorporation and By-Laws of the
National PtTln2 my Sid slitrat e e meni Council of Florida, Inc.
tt w
-/az or recogniti me is ''� a
I.:,f
3
k
c
;, 1 .. ems- s�
MINORI'TY .BUSInE_ 5 z 4 ejri PRISE
w f � �,. .
1I m - *mot .-
i For The Period September 1ft, 1999 through -r 4
Se fMbI'1b 200A
Approved Categoryts) of Business ? "`'*$
a
Air Compressors, Engines. Generators; Sales, Service, Parts,ah7tenttals t
IN WITNESS WHEREOF„thefundersigned officer hefehy sets l el hand and Seal
This llct day of Ayirt ',- - , I9 .-go_
Certificate 461118 -- ------' �---
Exeudive t)lrector
i•
Page-2- Addendum No. I; Bid B00-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your bid.
Respondent:_e//nJJll'li.4 Vt TZ g./4 U /P/V1 ET/I C�.tnPA-nl Y
Signature: / (r6.0"+��✓c
Street Address: 99Q/ ,tvaw -VE72 DiliVE
City, State, Zip Code: OR LA-Ai Do, Pc 3 2 g 24
Name and Title: goo Born.'E7 -T — £41-ES EIV6 Al EEO--
Telephone Number: 407- eg - 6/9S Federal I.D. # S9- 2707335"
2
15. LIST OF SUBCONTRACTORS:
1 SIJBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL LD. NO./CONTACT PERSON/PHONE it:
NO AJE
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
NE
I
1
S
i
POWt 12
Pratecl Oco+ Water Resoo.s.•. '
17. REFERENCES/EXPERIENCE OF RESPONDENT WITII
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
1 DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):///98 2S Oco. C/7Y 6F1i•vr72Gr-ROEN FLEET F4c,LtTY
/I1ARs,FAt_ RoSticTson/
/ 99 l05, 000, _ C/enitDR LA-Al DO LIFT s_7a7to/v
IED KEE-Ni
3/00 221, 000. OA“*NDo oi't, 77c5 ComM SS/oN
flu I ICE Scol /
Have you any similar work in progress at this time? Yes ✓ No — I.cngth of time in
business /4 VEA2S
Bank or other financial references: Su,vr2vs T t3An/K or Tenn, 4 BAY
(Attach additional sheets if necessary)
if
13
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON TILE "SPECIFICATIONS/BID
SHEET" ARE ACCURATE AND WITHOUT COLLUSION.
R/Nc. v &iv/PMENT CO. 40 7- 855-h19S
EP_._._
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
407- 4-38-092z
FAX(INCLUDE AREA CODE
FOS- &oiNEM @ R/NGHRVER. COM
2 E-MAIL ADDRESS
417 - /C7CIL IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Bog RomVear - SA« ENG/A/E6/2
NAME/TITLE(PLEASE PRINT)
990/ ,e/NcMA-TER D/21u'E
STREET ADDRESS
ORLA-NDO FL 32 924
CITY STATE ZIP
FEDERAL ID# 59 - 2 70 73 3S 1
Individual Corporation Partnership 1 Other(Specify) Rhi✓O felt' field Coto
Sworn to and subscribed before me this 1) day of ,1),f ne ,2000 .
Personally Known a' • or (�
Produced Identification
Notary Public- State of l kr\etc
(Type of Identification) County of Q.r pelf_ `� n
SUSANPOAVI9—� 1��4') L.._�ILFUI _
rh I'v_L . JSifN n CCR Ib45 I Uunalurc of Nrtai y Public
Susan P DaFgr,
Printed,typed or stamped
commissioned name of Notary Public14
Prolnet Ocooe's Water Resources AN
•
SPECIFICATIONS/13ID SHEET FOR BID #1300-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 7
phase power at 60 I lertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground.
TOTAL BID #I300-05: $ 32, 862 , co
—Thl2ry noo rNovsol-rvD E,a HT Dollars and 00
HVA/D,eED S/ Cents
X TY Two
WARRANTY: T -€u,o (2) Ycncs PqTS . L,Bo2 - -
•
I)ELIVERY:within (S calendar days from City Purchase Order. `_-
No IN STA-LI,}7, ON
F.etIGHT To s/O85/TE fFNO OFFLOA-0,N4 /NCLUDAP.
FULL COMPLn`hnICE Ai FXC EPT/ONS T.4Kc-7U
T -i2Ms NET 30 P'1Ys
POW, 15
'rti,.i.. ., <x..,: Res,,,
3306
CATERPILLAR et Generator is 23025010 rpm
k860 Hz
Standby Power
"" II 1 CATERPILLAR® ENGINE SPECIFICATIONS
7 -6, 4-Stroke-Cycle Watercooled Diesel
J �5 r �� i] Bore—mm (in) 121 (4.75)
�
] Stroke—mm (in) 152 (6.0)
r�
a _ ' �I Displacement—L (cu in) 10.5 (638)
Compression ratio 15:1
h4aP,t
ENGINES
Q FACILITIES,,
! w',hoptio!iE!ipmenr ISO 9001
FEATURES CERTIFIED
• CAT®DIESEL GENERATOR SETS • RELIABLE, FUEL EFFICIENT DIESEL
Factory designed, certified prototype tested The compact,four-stroke-cycle diesel engine
with torsional analysis. Production tested and combines durability with minimum weight
delivered to you in a package that is ready to while providing dependability and economy.
be connected to your fuel and power lines. The fuel system operates on a variety of fuels.
EPG Designer computer sizing available. ■ CATERPILLAR®SR4B GENERATOR
Supported 100% by your Caterpillar dealer
with warranty on parts and labor. Extended Single bearing, wye connected, static
`' warranty available in some areas. The regulated, brushless self excited generator
generator set was designed and designed to match the performance and
manufactured in an ISO 9001 compliant output characteristics of the Caterpillar diesel
facility. Generator set and components meet engine that drives it.
or exceed the following specifications: ■ EXCLUSIVE CATERPILLAR
ABGSM TM3, AS1359, AS2789, BS4999, VOLTAGE REGULATOR
BS5000, BS5514, DIN6271, DIN6280, Three-phase sensing and Volts per Hertz
EGSA101P, IEC 34/1, IS03046/1, IS08528, regulation give precise control, excellent block
JEM1359, NEMA MG1-22, VDE0530, loading, and constant voltage in the normal
89/392/EEC, 89/336/EEC. operating range.
CATERPILLAR® SR4B GENERATOR TIE Less than 50
THD Less than 5%
Type Static regulated, brushless
Excitation Self excited CATERPILLAR CONTROL PANEL
Construction Single bearing, close coupled
Three phase Wye connected 24 Volt DC Control
Insulation Class H with tropicalization Vibration isolated
and antiabrasion NEMA 1, IP 22 enclosure
Enclosure Drip proof IP 22 Electrically dead front
Alignment Pilot shaft Lockable hinged door
Overspeed capability 150% Generator instruments meet ANSI C-39-1
Wave form Less than 5% deviation Terminal box mounted
Paralleling capability With optional Voltages Available
droop transformer
,, _ Voltage regulator 3-phase sensing with See Price List
Volts-per-Hertz (Adjustable a minimum of 10%)
Voltage regulation . . Less than x 1/2% (steady state) Other voltages available-consult your Caterpillar dealer.
Less than z 1% (no load to full load) Some voltages require derating.
Voltage gain Adjustable to compensate for
engine speed droop and line loss
CATERPILLAR' 3306 GENERATOR SET ll
STANDARD EQUIPMENT STANDBY POWER EQUIPMENT J
Engine Generator Engine Circuit breaker
Aftercooler SR4B brushless self Air cleaner, heavy duty manual
Air cleaner excited with VR3 Air precleaner electric operated
single element with voltage regulator Base, narrow or Enclosure-floor
service indicator ELECTRONIC MODULAR wide, skidable standing NEMA 1
Base CONTROL PANEL IEMCPI fuel tank Main load buss
Blower fan and drive single wall and Paralleling
Breather, crankcase Standard Generator dual wall manual
Cooler, lubricating oil Controls and Monitoring: Charging alternator permissive
Exhaust fitting and Ammeter/voltmeter Cooling systems Protective relays
flange phase selector switch Enclosure Control Panel
Filters, right hand Digital ammeter, weatherproof and Auxiliary relay
fuel,full flow voltmeter, and sound-attenuated Enclosure,
lubricating oil, full flow frequency meter Exhaust fittings NEMA 12/IP 44
Flywheel housing Voltage adjust rheostat Governor, Woodward Governor No.1 1724 or 1724 speed switch
Standard Engine Illuminating lights -•�
Governor load share
hydra-mechanical Controls and Monitoring: Muffler Installed speed sensing
Lifting eyes Automatic/manual industrial governor (Woodward)
Linear vibration start-stop control residential Low coolant level
isolators Cooldown timer critical Provision for:
between engine/ Cycle cranking Protection devices alarm module
generator and base Emergency stop NFPA 99
Tachometer drive
Manifold, exhaust, dry pushbutton alarm module
Pumps, gear driven Engine control switch Generator NFPA 110
fuel transfer for: Extension terminal box custom alarm module
lubricating oil off/reset, auto start, Manual voltage control (8 or 16 lights)
jacket water manual start, stop MIL Std. 461C, Part 9 Over voltage relay
Radiator Shutdown protection Space heater Over current relay
Shutoff, manual and LED indicators for: Switchgear Reverse power relay
Starting, electric, 24 Volt high coolant temp. Starting aid switch
Automatic start-stop
low oil pressure Battery charger Synchronizing lights
overcrank
overspeed
CATERPILLAR® EMCP II The EMCP II provides these standard control and
Electronic Modular Control Panel monitoring features, many of which are options on .
The Electronic Modular Control Panel (EMCP II) is a other panels:
generator-mounted control panel, available on all • Automatic/manual start-stop engine control
Caterpillar packaged generator sets. It utilizes an with programmable safety shutdowns and
environmentally sealed, solid-state, associated flashing LED indicators for low oil
microprocessor-based module for engine control pressure, high coolant temperature, overspeed,
and AC metering. This new application of mature, overcrank and emergency stop.
high tech electronics to gen set control and • Cycle cranking-adjustable 1-60 second
monitoring provides more features, accuracy and crank/rest periods
reliability than present electromechanical and • Cooldown timer-adjustable 0-30 minutes
many competitive panel systems. • Energized to run or shutdown fuel control
systems
• LCD digital readout for: Engine oil pressure;
Y ` L1..-6 coolant temperature; engine rpm; system DC
.. ,_a . .... volts; engine running hours; system diagnostic
— �. . . codes; generator AC volts; generator AC amps;
and generator frequency
- • Engine control switch �,
• Ammeter-voltmeter phase selector switch
• Emergency stop pushbutton
SODS••• rA • Indicator/display test switch
a
• Voltage adjust potentiometer
• Rugged NEMA VIP 22 cabinet.
•
3306 GENERATOR SET CATERPILLAR
`- TECHNICAL DATA I/
3306 Standby Power Generator Sets- 1800 rpm/60 Hz
Power Rating @ 0.8 PF with Fan kW 230 250
Power Rating @ 0.8 PF with Fan kV•A 288 313
Engine hp without Fan 345 377
Aspiration TA ATAAC
Generator Frame Size 445s 446s
Engine Lubricating Oil Capacity qt 31 31
System Backpressure (Max Allowable) in water 27 27
Exhaust Flange Size— (Internal Diameter) in 6.0 6.0
Length in 126.0 126.0
Width in 52.0 52.0
Height in 69.2 69.2
Shipping Weight lb 5020 5530
Engine Coolant Capacity with Radiator gal 10.5 11.6
Engine Coolant Capacity without Radiator gal 4.2 4.2
Standard Radiator Arrangement Data
Air Flow (Max @ Rated Speed) cfm 9840 9985
Air Flow Restriction (After Radiator) in water 0.25 0.25
Ambient Air Temperature (Consult T.M.I.) Deg F 125 134
100% Load
Fuel Consumption (100% load) with Fan gph 17.6 18.9
75% Load
Fuel Consumption (75% load) with Fan gph 13.1 13.4
Combustion Air Inlet Flow Rate cfm 688 775
Exhaust Gas Flow Rate cfm 2018 2150
Heat Rejection to Coolant (Total) BTU/min 8530 5971
Heat Rejection to Exhaust (Total) BTU/min 14 672 16 265
Heat Rejection to Atmosphere from Engine BTU/min 2718 3469
Heat Rejection to Atmosphere from Generator BTU/min 1102 1267
Exhaust Gas Stack Temperature Deg F 1025 1020
CATERPILLAR 3306 GENERATOR SET
STANDBY POWER GEN SET PACKAGE — TOP VIEW ....i
w livajv jb (anal m 1 Co
\ 1 12n 93
6 00
2bon
mg za 75
23 O
it "II a6 o9
I' E`��pi' 4950
JRI�III!�' si i szoa
u!
e ___ �I II2505
�\ J c 4,2 _ __ 95 24.25
?Ono
1300 ,70332 20t 40 20/1 %
24.59
FUEL STUB-UP
ELECTRICAL STUB UP
0
201) Fuel Inlet 1308) Oil Filter '703/ Customer Mounting Holes
(202) Excess Fuel Return (4o Exhaust
For overall dimensions see technical data section Note: General configuration not to be used for installation.
(page 3). See general dimension drawings for detail.
All dimensions are in inches.
CONDITIONS AND DEFINITIONS
Standby—Output available with varying load for Fuel rates are based on fuel oil of 35° API (16° C
the duration of the interruption of the normal or 60` F) gravity having an LHV of 42 780 kJ/kg
source power. Fuel stop power in accordance with (18 390 Btu/Ib) when used at 29° C (85° F) and
ISO3046/1, AS2789, DIN6271, and B55514- weighing 838.9 g,rliter (7.001 lbs/U.S. gal.).
Ratings are based on SAE J1349 standard Additional ratings may be available for specific
conditions. These ratings also apply at IS03046/1, customer requirements. Consult your Caterpillar
DIN6271, and BS5514 standard conditions. representative for details.
Materials and specifications are subject to change without notice. The International System of Units(SI)is used in this publication.
LFHx6370 ro 1996 Caterpillar Inc. Printed in U.S.A.
Supersedes I FH X6154 All rights reserved.
Automatic
CATERPILLAR' Switch ransfer
100-2600 amp
BUILT-IN RELIABILITY
• Noielectricalconnectionpassiblebetweensources-
itIn
CATURPILLAR • Wide contact gaps for posltive source-ro-source isolation.
_. • Every portion of the contactor is positively mechanically connected. No
spring loaded clutch drive or friction drive mechanism,and an absolute
minimum of parts used.
• 600 VAC switches have arc runners and suppressors providing rapid arc
extinction.600 through 2600 amp switches have separate making and
breaking continuous current carrying and arcing contacts.
• Tested in accordance with UL 1008—withstand and closing ratings.
" • Meets the following standards
-UL 1008,listed -NFPA 99&NEC 517
-NFPA 70&NEC 90 NFPA110
‘It, All components are front adjustable and front removable.
• Gold-plated engine start contacts close on power failure.
Specifically designed for low voltage circuits.
• All printed circuit boards have a conformal coating ,e8f4p4
for environmental protection. A.
• Main contacts are silver plated or silver alloy and 4 FACIUIIES
provide resistance to welding or sticking.They are ISO 90C"'1
shaped to give concentrated contact pressure for
positive circuit continuity. CERTIFIED
STANDARD EQUIPMENT
Construction Engine start contacts
For switches rated larger than 400 amps,NEMA 12 Exerciser—seven days from initial command on a day
enclosure,with hinged door and key lockable handle and time selected by customer
For switches rated 400 amps and below, NEMA 1 Three-position switch for auto/test/fast test modes
enclosure Self-check built-in lights for diagnostics
Single solenoid—electrically operated,mechanically held Programmable logic control with in-phase monitor.
Standard arc chutes barrier Factory installed but field adjustable(provides for an in-
Complete switch assembly,with transfer mechanism and phase transfer between two live voltage sources).
solid state intelligence panel Features:
Manual operating handle,mounted inside the enclosure' Time delay neutral (01 10 seconds,factory set at 5
Neutral and ground connection lugs. seconds)
Three indicating lights on face of panel for normal, Cool-down timer(1-30 minutes,factory set at 10
standby,and standby operating minutes)
Electrical Engine minimum run 15-30 minutes,factory set at 20
Three-pole,600 VAC rated contacts ni nutes)
Sensing:3 phase on normal (adjustable 70-95%of rated Return to utility 11-30 minutes,factory set at 5 minutes)
voltage,factory set at 80%dropout and 90%pick up). Standby voltage(75 95%,factory sot at 90% rated)
Single-phase voltage and frequency an standby 180%of Standby frequency 180-90%,factory set at 90%rated)
rated) Engine warm-up(5 seconds to 3 minutes,with an
Loss of utility interrupt delay(time delay start)—0.1 to 10 override switch,factory set at 1 minute)
seconds
Maintenance(Safety)disconnect switch "available for no load transfer
One set of normally open-normally closed auxiliary
contacts for normal and standby
OPTIONS
Four pole(factory installed)when the generator neutral is Programmable exerciser permits selection up to severe times
required to transfer.This offers isolation of the standby per week with time of day adjust.
and normal source neutrals. Remote automatic control circuit to cause engine start/stop
Electrically operated bypass for operator scheduled return to and transfer switch operation from a remote signal
utility(factory installed) Manual bypass selector switch(three position — normal,
Additional auxiliary contacts for normal and standby(single- auto,standby)
pole double-throw). Maximum of two may be added. NEMA 12 enclosure(100-400 amp—factory installed)
Preferred source selector,two-position switch(factory NEMA 3R rain-tight enclosure(factory installed)
installed, Export packaging
Signal before transfer contact—elevator pre-signal )factory
installed),adjustable ti me from .3 to 30 seconds
CATERPILLAR AUTOMATIC TRANSFER SWITCH .
Five simple steps for selection to fit kW RANGE BY VOLTAGE ��
your applications ----
Transfer
• Determine the system voltage (line-to-line and line Switch 2404 400`
to-neutral) and system frequency. Amp 208 12301 (415) 1 480• 600•
• Determine if a solid neutral or a switched neutral Rating (2001 12201 (3801 l 14601 15801
will be used. For switched neutral, specify a 4 polo 100 28 33 55I 66 83
switch and for unswitched neutral systems specify 150 29 43 34 49 5683 6199 84 124
a 3-pole switch. 200 44 57 50 66 84 110 100-133 125-166
• Determine the current rating.Total all lg Ming, 300 58 86 67-99 111 166 134 199 167 249
motor, and other loads. (Note: Motor loads are 400 87115 100-133 167 221 200 266 250 332
evaluated on the basis of full load running current) I
600 116112 134-199 222-332 26/-399 333-498
• Determine the operating environment of the switch, — - - .. I . .. .
whether indoor or outdoor. NEMA 12 is standard 800 173 230 200 266 333 443 400 532 499 665
for indoors. 3R is optional for outdoor 8pp 'ICallOns. 1000 231-288 1 267-332 444 554 533 665 666 831
• Check for conformance to the available withstand, 1200 289-345 333-399 555-665 667 798 832 997
closing, and interrupting ratings that the switch 1600 346-461 400-532 666-886 7991064 9981330
must handle during a possible short circuit on the 0
2500 482-576 533-665 087-1100 1065-1330 1853 2182
system. . .and conformance to all other
J800 577-769 666-A-- 1109-1441 1331-17-- 19ftA-0161 -I
specificationsrequirements which may require
additional options.
ions_ XXV range ba voltage calculated m the•value.Al er listed voltages
and switch amp ratings should be calculated by the formula:A _ kW x 1000
MECHANICAL DIMENSIONS voltage x 1,732 x 0_8
_.11 10::_____ Current Voltage Height Width
. ♦ Rating Rating H1 H2 W1 W2 Depth
lamps/ IVACI in lin) (in) 1
IDO 606 36 3]95 la 24 10 I
150 600 48 49.25 24 30 12 5.xxxc
200 600 48 49.25 24 30 12
300 600 48 49.25 24 30 12
H1 H2 400 600 48 49.25 24 30 12
l 600 600 66" 36 20
I 800 600 66` 36 20
1000 600 66* 36 20
•
1200 600 l IB"- 48 24
• * 1600 600 ]8`- 48 24
_
nl n—- 2000 600 80`= 46 48
60 Wl ► 2600 600 80*. 46 48 ...ors
41—w2-11181l 'Cabinet is free standing -Cabinet has two doers
Caterpillar reserves the right to change design or specifications without
note.Dimensions shown are approximate_
Do not use these dimensions for final installanon purposes.
ELECTRICAL RATINGS
Tested in accordance with UL 1008—withstand&closing ratings(ratings exceed UL 1008 test requirements)
ATS Rated Amperes 100 150 200 300 400 600 800 1000 1200 1600 2000 • 2600
*.__. . I
I Fuse Protected
Available RMS Symmetrical
Fault Current Amperage •
480V 200 000 200 000 200 000 200 000 200 0001:200 000 200 000 200 000 200 000 200 000 200 000 200 000
Max Continuous Rating of
Upstream Protective Device(AI I 200 400 400 600 600 ' 800 1600 1600 2000 2000 2500 4000
Fuse Class J.T J.T l,T J.T J.T L.T L L L L L L
Circuit Breaker Protected`
Available RMS Symmetrical
Fault Current Amperage
a 480V I 14 000 25 000 25 000 35 000 35 000 42 000 65 000 65 000 65 000 65 000 85 000 85 000
Max Continuous Rating of
Upstream Protective Device(Al 150 300 300 600 600 750 1250 1250 2000 2000 2500 3500 5.....'
*INTERRUPTING RATINGS'.6 times continuous rating in accordance with UL 1008
re'
Maim Ms and specific:Mr 113.am subjeu tu Glum Jk'w l " iouas. THE:Iritorn.111011.11Systurn ofUnits ISI/IL user/Pk Os prbliclion.
LLHX8597 01 Printed in USA_ (01999 Caterpillar Inc.
All rights reserved.
I
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE' MAYOR•COMMISSIONER
Ocoee S.SCOUT VANDERGRIFT
°` 'o CITY OF OCOEE COMMISSIONER
•y a 150 N.LAKESIIORE DRIVE DANNY HOWELL
OCOEE, FLORIDA 34761-2258
C'• - 0 JOHNS SCOTT ON
ON
¢ `2
RUSTY JOHNS(407)656-2322 NANCY J.PARKER
Jf4 Of0000``a
CITY MANAGER
I3LI.IS SI IAPIRO
CITY OF OCOEE
INVITATION TO BID #B00-05
FOR
PURCHASE OF STANDBY GENERATOR
POW!! 1
Protect Ocoee's Water Resources
i�vY T. i .
BID DOCUMENTS
�T
3 Legal Advertisement
4 thru 6 Invitation to Bid #00-05
7 thru 13 General Terms & Conditions
14 Signature Sheet
SPECIFICATIONBID SHEET
15 Scope of Work/Bid Sheet
END OF TABLE OF CONTENTS
POiN� 2
Protect Ocoee's Water Resources it
LEGAL ADVERTISEMENT
Ocoee City Commission
Scaled bids will be accepted for Bid #B00-05, PURCHASE OF STANDBY GENERATOR,
no later than 10:00 AM, local time, on June 13, 2000.
Bids received after that time will not be accepted or considered. No exceptions will be made.
The City reserves the right to reject any and all bids and waive informalities.
Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive,
Ocoee, Florida 34761-2258.
Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on
the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible.
Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall
Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. Partial sets of bid
documents will not be issued
All bids shall be submitted as (1) one original and (13) thirteen copies in a sealed envelope
plainly marked on the outside with the appropriate bid number and opening date and time.
No facsimile or telegraphic submissions will be accepted.
City Clerk May 14, 2000
POW' 3
Protect Oceee's Water Resources
CITY OF OCOEE
INVITATION TO BID#B00-05
PURCHASE OF STANDBY GENERATOR
INTENT:
Sealed bids for Bid#B00-05 will be received by the City of Ocoee, hereinafter called "The City",
by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter
called"Respondent".
The proposed purchase will be for one (1) Standby Generator for the City of Ocoee in
conformance to the "Specifications" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil.No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must be initialed and dated by person signing the bid. Bid documents must be signed by
a legally responsible representative, officer, or employee and should be properly witnessed
and attested. All bids should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent is a corporation, the bid should include the name and business address of
each officer, director,and holder of 10%or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)656-2322, extension
91516 and fax (407)656-7835, not later than May 31, 2000. Any clarifications/changes will
be through written addenda only, issued by the Finance Department. Respondents should not
contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for
information before the bid award date. Any contact with any other member of the City Staff,
City Commission,or its Agents during this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and thirteen (13) copies by the Finance
Department not later than 10:00 AM, local time, on June 13, 2000. Bids received by the
Finance Department after the time and date specified will not be considered, but will be
returned unopened. "Postage Due" items will not be accepted. Bids transmitted by facsimile
will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the
bid number,title, and opening date and time to:
City of Ocoee
Finance Department
Attention: Joyce Tolbert,Buyer
150 N Lakeshore Drive
Ocoee,FL 34761-2258
PPOcuee s Wale 4
D. Bids will be publicly opened and read at Ocoee City Hall Commission Conference Room,
150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 10:01 AM, or as soon thereafter as
possible on the above-appointed date. Respondents or their authorized agents are invited to
be present. Please be aware that all City Commission meetings are duly noticed public
meetings and all documents submitted to the City as a part of a bid constitute public records
under Florida law.
E. All respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) List of References/Experience;
b) List of Subcontractors/Temporary Worker Agencies;
c) Summary of Litigation;
d) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has done
so. The failure or neglect of a respondent to receive or examine a bid document shall in no
way relieve it from any obligations under its bid or the contract. If"NO BID", so state on
face of envelope or your company may be removed from the City's vendor list. No claim for
additional compensation will be allowed which is based upon a lack of knowledge or
understanding of any of the Contract Documents or the scope of work. All items quoted shall
be in compliance with the bid documents/scope of work.
G. Any response by the City to a request by a respondent for clarification or correction will be
made in the form of a written addendum which will be mailed, e-mailed or facsimiled to all
parties to whom the bid packages have been issued. The City reserves the right to issue
Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time
up to the date and time set for bid opening. In this case, bids that have been received by the
City prior to such an addendum being issued, will be returned to the respondent, if requested,
unopened. In case any respondent fails to acknowledge receipt of any such Addendum
in the space provided on the Addendum and fails to attach the Addendum to the
respondent's bid, its' bid will nevertheless be construed as though the Addendum had
been received and acknowledged. Submission of a bid will constitute acknowledgment
of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections
provided by written Addenda shall be binding on the City. Respondents are warned that any
other source by which a respondent receives information concerning, explaining, or
interpreting the Bid Documents shall not bind the City.
H. Any of the following causes may be considered as sufficient for the disqualification of a
respondent and the rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
b) Evidence of collusion between or among respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
POWVj. 5
Protect Ccoee's Water Resources
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgement and sole discretion, raises
doubts as to Respondent's ability to properly perform the work; or
e) Any other cause which, in the City's judgement and sole discretion, is sufficient to
justify disqualification of Respondent or the rejection of its bid.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid opening.
The City reserves the right to accept or reject any or all bids, to waive informalities
or irregularities, to request clarification of information submitted in any bid, or to
readvertise for new bids. The City may accept any item or group of items of any
bid, unless the respondent qualifies his/her bid by specific limitations.
Award, if made, will be to the most responsible and responsive respondent whose
bid, in the City's opinion, will be most advantageous to the City, price and other
factors considered. The City reserves the right, to aid it in determining which bid is
responsible, to require a respondent to submit such evidence of respondent's
qualifications as the City may deem necessary, and may consider any evidence
available to the City of the financial, technical, and other qualifications and abilities
of a respondent, including past performance (experience) with the City and others.
The City shall be the final authority in the award of any and all bids.
POWI 6
Protect Ocoee s Water Resources
GENERAL TERMS & CONDITIONS:
1. DEFAULT:
As a result of bids received under this Invitation, the award of the contract may be based,
in whole or in part, on delivery and specification factors. Accordingly, should the
Contractor not meet the delivery dcadline(s) set forth in the specifications or should the
Contractor fail to perform any of the other provisions of the specifications and/or other
contract documents, the City may declare the Contractor in default and terminate the
whole or any part of the contract. Upon declaring the Contractor in default and the
contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions therefor and the
Contractor shall be liable to the City for any excess costs resulting therefrom. In the
event the Contractor has been declared in default of a portion of the contract, the
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
2 PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City and
its officers, agents, and employees against liability, including costs and expenses for
infringement upon any letters patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City or supplies
furnished or construction work performed hereunder.
3. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each
item bid. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed to be correct.
By submission of this bid, the Respondent certifies, and in the case of a joint bid, each
party thereto certifies as to its own organization, that in connection with this
procurement:
a) The Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has
not deteriorated so as to impair its usefulness.
P01A1r
Protect Ocuee's Water Resources
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competitor;
d) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a bid for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (Florida SS 542.18 and all applicable federal
regulations);
e) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
4. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered,time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
5. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will he disposed of in the
best interest of the City.
6. AWARD CRITERIA:
Bid will be awarded to the overall lowest respondent most responsive to the following
criteria:
• Compliance with specifications, terms, and conditions
• Bid Price
• Warranty Offered
• Delivery Time
POWTSA 8
Protect Ocoee's Water Resources 4
7. LITERATURE:
If called for on Bid Schedule, of the specifications, descriptive literature/brochures must
be included with this bid in order to properly evaluate make/model offered. Bids
submitted without same will be considered non-compliant and disqualified.
8. DISPUTES:
Any actual or prospective respondent who disputes the reasonableness, necessity, or
competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award
recommendation shall file such protest in writing to the Office of the City Manager.
9. PAYMENT TERMS:
Payment for work completed will be made within (30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order authori-
zation. Payment cannot be made until materials, goods or services, have been re-
ceived and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the
terms and conditions of the purchase order shall apply.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
• Florida Sales &Use Tax Exemption Certificate No. 58-11-094593-54C; and
• The City is exempt from federal excise, state, and local sales taxes.
10. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
11. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent agrees that a breach of this certification will be
a violation of the Equal Opportunity clause in any contract resulting from acceptance of
this Bid. As used in this certification, the term "segregated facilities" means any waiting
room,work areas, time clocks, locker rooms and other storage and dressing areas,parking
P01N�
Protect acoeris Water Resources jn
lots, drinking facilities provided for employees which are segregated on the basis of race,
color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees
that (except where the respondent has obtained identical certification from proposed
contractors for specific time periods) the respondent will obtain identical certifications
from proposed subcontractors prior to the award of such contracts exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity clause, and that the
respondent will retain such certifications in the respondent's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
12. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free competitive
pricing in connection with the entity's submittal for the above project. This statement
restricts the discussion of pricing data until the completion of negotiations and execution
of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent certifies that no member of the entity's ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
the respondent agrees to immediately notify the City in writing.
The respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this bid has occurred, and that the bid is made
according to the provisions of the bid documents, and will meet or exceed the scope of
services, requirements, and standards contained in the Bid documents.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotiation is
accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title,
and interest in and to all causes of action it may now or hereafter acquire under the Anti-
trust laws of the United States and the State of Florida for price fixing relating to the
POVII� io
Protect OcoLc i*Mel Pesoe:co.
particular commodities or services purchased or acquired by the City. At the City's
discretion, such assignment shall be made and become effective at the time the City
tenders final payment to the respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
13. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the
date of being placed on the convicted vendor list."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
14. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made.
b) The City requires a City of Ocoee registration. Please contact the City's Protective
Inspections Department at (407)656-2322, ext. 91000, directly for information
concerning this requirement.
c) Adherence to all applicable code regulations (Federal, State, County, and City) are the
responsibility of the contractor.
POVRe
Protect Ocoee s Water Resources
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
POW 12
Protect Ocoee's Water Resources
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OE PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
I- 9h(0o 12,2A l Soo-P"\ OThibtl,4-j
noel "golden
� tro -rec TIOaJ PA
LcKsM4421I Pt' 3a7-4D
Have you any similar work in progress at this time? Yes is No _ Length of time in
business j 0
•
Bank or other financial references: .frifc+ Ur1117v,
(Attach additional sheets if necessary)
POWit 13
Prolect Ocuee's Water Resources
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/RID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
_l-ISM\t��yy5.- h�'M� L'tvC`, .331- aS3- GO3 �
COMPANY NAME TT,LEPI ZONE(INCLUDE AREA CODE)
oat ar-3 -'o2G I
FAX(INCLUDE AREA CODE
E-MAIL ADDRESS
�I/AJ( '� .l I l)A. IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZE �SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Qdf\e a,/15 ��. P
NAME/TITLE(PLEASE PRINT)
230e lUOC P, c)
STREET ADDRESS
(hr hcu2 nr Ct • 3.)`135
CITY STATE ZIP
FEDERAL ID d �- 33? - 1 3 D \
Individual 1/Crorporation Partnership Other(Specify)
Sworn to and subscribed before me this Z day of SUI&Q.. ,20 OD
V
Personally Known or oTero MIGUEL A sEGURA
wetrc MY Gomm Exp.V30NA
Produced Identification No.CC 932327
I I hn>.ee enao I Int. a.
Notary Public-State of L
(Type of Identification) County of
Q1'.r•ti ryPublic
M% gel xc
Printed,typed or stamped
commissioned name of Notary Public
Powr 14
Protect Ocoees Water Resources 4
SPECIFICATIONS/BID SHEET FOR BID #1300-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of nonnal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to he
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground.TOTAL BID #B00-05: $ 3a , 1 r?
5 . 00
ermAti )$sau uoAncif&O.‘444 Dollars and (.. Cents
WARRANTY: 9 Jeeds
DELIVERY:within 10 0 calendar days from City Purchase Order.
POWt 15
-ur.:. L-n-tmmmrec
STANDBY SYSTEMS INC.
2300 AVOCADO AVE, UNIT D.
MELBOURNE,FL.32935
PH.(407)253-6038 FAX(407)253-0861
JOB NAME:
CITY OF OCOEE
BID#B00-05
DATE: 5/23/00 QUOTE#M2134 VALID FOR 30 DAYS OPTION#
*1 MODEL NUMBER EDI-175-C, CUMMINS DIESEL GENERATOR 6CTA8.3-G
SET RATED 175 KW,AT 1800 RPM,60 HERTZ
277/480V, 3 PH.
OVERSIZE GENERATOR END 432PSL1266.
• GEN 1000 AUTO START METERING PANEL, INCLUDES: GEN-1
' AC : VOLT,AMP,AND FREQUENCY METERS;
THREE POSITION AUTO/OFF/TEST SWITCH, PHASE SELECTOR SWITCH
DC : OIL PRESS.,TEMP.,VOLT METER, HOUR METER;
ENGINE SHUTDOWNS W/LATCHING FAULT LIGHTS FOR :
OVER SPEED, LOW OIL PRESSURE,HIGH WATER TEMP.,
AND OVER CRANK; GEN RUNNING LIGHT
• MECHANICAL GOVERNOR
• VIBRATION ISOLATORS(INTERNALLY MOUNTED)
• STARTING BATTERY W/RACK AND CABLES E00104
• ENGINE BLOCK HEATER (120V) C00224
• 5 AMP. BATTERY CHARGER E00955
-FACTORY MOUNTED
• RESIDENTIAL SILENCER, FLEX,RAIN CAP X00762
• FLEX FUEL LINES Z01404
• OIL DRAIN EXTENSION WITH DRAIN VALVE
• WEATHER PROOF HOUSING Z04303
WITH ATS INSTALLED INSIDE HOUSING
• MAIN LINE CIRCUIT BREAKER
-RATED 300 AMPS., 3 POLE(480 V. 3 PH.)
• DOUBLE WALL SUB-BASE TANK WITH STUB-UP
• COMPLETE WITH ELECTRICAL STUB-UP STUB-UP
-260 GALLONS F00102
-LOW FUEL LEVEL FLOAT SWITCH E01013
-LEAK SENSOR(DOUBLE WALL) E01013
• ASCO AUTOMATIC TRANSFER SWITCH IN A NEMA-1
ENCLOSURE,GROUP 9 TIME DELAYS,POSITION INDICATION
LIGHTS,AUXILARY CONTACTS,RATED :
-480V.,400 AMP., 3 POLE(277/480V 3 PH.) ASCO
- IN PHASE MONITOR R50
-PLANT EXERCISER(LOAD/NO LOAD SELECTABLE) CDT
-SOURCE AVAILABLE LIGHTS(NORM-EMER.) L3/L4
• ADD'L O&M MANUALS(1 SET STANDARD) A00131
• FACTORY(2)TWO YEAR WARRANTY
• FACTORY LOAD BANK TESTING(PRIOR TO SHIPMENT)
• ONSITE START-UP BY FACTORY REP. SSI
ONSITE 2 HOUR LOADBANK SSI
• OIL&ANTIFREEZE(FACTORY FILLED) D/C00091
TOTAL QUOTE $32,958.00
F
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
Ocoee S.SCOTT VANDERGRIFT
%� }�p CITY OF OCOEE COMMISSIONER
�� `.' DANNY HOWELL
` W Q ISO N. LAKESHORE DRIVE SCOTT ANDERSON
v p
OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON
CCpF ��'>� (407)656-2322 NANCY J.PARKER
F4 of GOOD N`
CITY MANAGER
ELLIS SHAPIRO
CITY OF OCOEE
INVITATION TO BID #B00-05
FOR
PURCHASE OF STANDBY GENERATOR
•
PO N: 1
Protect Oceee3 Water Resources me.
TABLE'.OF CONTENTS
FOR
-BID#B00-05
PURCHASE OF STANDBY GENERATOR
BID DOCUMENTS
3 Legal Advertisement
4 thru 6 Invitation to Bid #00-05
7 film I General Terms & Conditions
14 Signature Sheet
SPECIFICATION/13II) SHEET
15 Scope of Work/Bid Sheet
END OF TABLE OF CONTENTS
POWT"
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B00-05, PURCHASE OF STANDBY GENERATOR,
no later than 10:00 AM, local time, on June 13,2000.
Bids received after that time will not be accepted or considered. No exceptions will be made.
The City reserves the right to reject any and all bids and waive informalities.
Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive,
Ocoee, Florida 34761-2258.
Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on
the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible.
Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall
Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. Partial sets of bid
documents will not be issued
All bids shall be submitted as (1) one original and (13) thirteen copies in a sealed envelope
plainly marked on the outside with the appropriate bid number and opening date and time.
No facsimile or telegraphic submissions will be accepted.
City Clerk May 14, 2000
POW 3
Protect Ocoee's Water Resources
CITY OF OCOEE
INVITATION TO BID#B00-05
PURCHASE OF STANDBY GENERATOR
INTENT:
Sealed bids for Bid #B00-05 will be received by the City of Ocoee, hereinafter called "The City",
by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter
called "Respondent".
The proposed purchase will be for one (1) Standby Generator for the City of Ocoee in
conformance to the "Specifications" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must bc,tvpewritten or handwritten using ink. Do not use
pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must be initialed and dated by person signing the bid. Bid documents must be signed by
a legally responsible representative, officer, or employee and should be properly witnessed
and attested. All bids should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent is a corporation, the bid should include the name and business address of
each officer, director, and holder of 10%or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)656-2322, extension
91516 and fax (407)656-7835, not later than May 31, 2000. Any clarifications/changes will
be through written addenda only, issued by the Finance Department. Respondents should not
contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for
information before the bid award date. Any contact with any other member of the City Staff,
City Commission, or its Agents during this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and thirteen (13) copies by the Finance
Department not later than 10:00 AM, local time, on June 13, 2000. Bids received by the
Finance Department after the time and date specified will not be considered, but will be
returned unopened. "Postage Due" items will not be accepted. Bids transmitted by facsimile
will not be accepted. Bids shall be del' _ . '• a sealed envelope, clearly marked with the
bid number,title, and openin_ . . : . time to:
City of Ocoee
Finance Department
Attention: Joyce Tolbert, Buyer
150 N Lakeshore Drive
Ocoee, FL 34761-2258
POVII'
Protect Ocoae's Water Resources 4
D. Bids will be publicly opened and read at Ocoee City Hall Commission Conference Room,
150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 10:01 AM, or as soon thereafter as
possible on the above-appointed date. Respondents or their authorized agents are invited to
be present. Please be aware that all City Commission meetings are duly noticed public
meetings and all documents submitted to the City as a part of a bid constitute public records
under Florida law.
E. All respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) List of References/Experience;
b) List of Subcontractors/Temporary Worker Agencies;
c) Summary of Litigation;
d) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has done
so. The failure or neglect of a respondent to receive or examine a bid document shall in no
way relieve it from any obligations under its bid or the contract. If"NO BID", so state on
face of envelope or your company may be removed from the City's vendor list. No claim for
additional compensation will be allowed which is based upon a lack of knowledge or
understanding of any of the Contract Documents or the scope of work. All items quoted shall
be in compliance with the bid documents/scope of work.
G. Any response by the City to a request by a respondent for clarification or correction will be
made in the form of a written addendum which will be mailed, e-mailed or facsimiled to all
parties to whom the bid packages have been issued. The City reserves the right to issue
Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time
up to the date and time set for bid opening. In this case, bids that have been received by the
City prior to such an addendum being issued, will be returned to the respondent, if requested,
unopened. In case any respondent fails to acknowledge receipt of any such Addendum
in the space provided on the Addendum and fails to attach the Addendum to the
respondent's bid, its' bid will nevertheless be construed as though the Addendum had
been received and acknowledged. Submission of a bid will constitute acknowledgment
of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections
provided by written Addenda shall be binding on the City. Respondents are warned that any
other source by which a respondent receives information concerning, explaining, or
interpreting the Bid Documents shall not bind the City.
H. Any of the following causes may be considered as sufficient for the disqualification of a
respondent and the rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
b) Evidence of collusion between or among respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
POWI ' 5
Protect Ocoee's Water Resources
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgement and sole discretion, raises
doubts as to Respondent's ability to properly perform the work; or
e) Any other cause which, in the City's judgement and sole discretion, is sufficient to
justify disqualification of Respondent or the rejection of its bid.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid opening.
The City reserves the right to accept or reject any or all bids, to waive informalities
or irregularities, to request clarification of information submitted in any bid, or to
readvertise for new bids. The City may accept any item or group of items of any
bid, unless the respondent qualifies his/her bid by specific limitations.
Award, if made, will be to the most responsible and responsive respondent whose
bid, in the City's opinion, will be most advantageous to the City, price and other
factors considered. The City reserves the right, to aid it in determining which bid is
responsible, to require a respondent to submit such evidence of respondent's
qualifications as the City may deem necessary, and may consider any evidence
available to the City of the financial, technical, and other qualifications and abilities
of a respondent, including past performance (experience) with the City and others.
The City shall be the final authority in the award of any and all bids.
POW 6
Ported Ocoee's Water Resources 4
GENERAL TERMS & CONDITIONS:
1. DEFAULT:
As a result of bids received under this Invitation, the award of the contract may be based,
in whole or in part, on delivery and specification factors. Accordingly, should the
Contractor not meet the delivery deadline(s) set forth in the specifications or should the
Contractor fail to perform any of the other provisions of the specifications and/or other
contract documents, the City may declare the Contractor in default and terminate the
whole or any part of the contract. Upon declaring the Contractor in default and the
contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions therefor and the
Contractor shall be liable to the City for any excess costs resulting therefrom. In the
event the Contractor has been declared in default of a portion of the contract, the
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
2 PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City and
its officers, agents, and employees against liability, including costs and expenses for
infringement upon any letters patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City or supplies
furnished or construction work performed hereunder.
3. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each
item bid. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed to be correct.
By submission of this bid, the Respondent certifies, and in the case of a joint bid, each
party thereto certifies as to its own organization, that in connection with this
procurement:
a) The Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has
not deteriorated so as to impair its usefulness.
POWWWWWW!
Pmiec:pcoeee 'N-.ier RCsrirre,
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competitor;
(1) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a bid for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (Florida SS 542.18 and all applicable federal
regulations);
c) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
4. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered,time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
5. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
6. AWARD CRITERIA:
Bid will be awarded to the overall lowest respondent most responsive to the following
criteria:
• Compliance with specifications, terms, and conditions
• Bid Price
• Warranty Offered
• Delivery Time
POINT",
Protect Ocoee's Water Resour ces
7. LITERATURE:
If called for on Bid Schedule, of the specifications, descriptive literature/brochures must
be included with this bid in order to properly evaluate make/model offered. Bids
submitted without same will be considered non-compliant and disqualified.
8. DISPUTES:
Any actual or prospective respondent who disputes the reasonableness, necessity, or
competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award
recommendation shall file such protest in writing to the Office of the City Manager.
9. PAYMENT TERMS:
Payment for work completed will be made within (30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order authori-
zation. Payment cannot be made until materials, goods or services, have been re-
ceived and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the
terms and conditions of the purchase order shall apply.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
• Florida Sales & Use Tax Exemption Certificate No. 58-11-094593-54C; and
• The City is exempt from federal excise, state, and local sales taxes.
10. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
11. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent agrees that a breach of this certification will be
a violation of the Equal Opportunity clause in any contract resulting from acceptance of
this Bid. As used in this certification, the term "segregated facilities" means any waiting
room,work areas,time clocks, locker rooms and other storage and dressing areas, parking
POV1
Prated Ocoee's Water Resources
lots, drinking facilities provided for employees which are segregated on the basis of race,
color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees
that (except where the respondent has obtained identical certification from proposed
contractors for specific time periods) the respondent will obtain identical certifications
from proposed subcontractors prior to the award of such contracts exceeding $10,000
which arc not exempt from the provisions of the Equal Opportunity clause, and that the
respondent will retain such certifications in the respondent's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
12. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid arc those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free competitive
pricing in connection with the entity's submittal for the above project. This statement
restricts the discussion of pricing data until the completion of negotiations and execution
of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent certifies that no member of the entity's ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
the respondent agrees to immediately notify the City in writing.
The respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this bid has occurred, and that the bid is made
according to the provisions of the bid documents, and will meet or exceed the scope of
services, requirements, and standards contained in the Bid documents.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotiation is
accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title,
and interest in and to all causes of action it may now or hereafter acquire under the Anti-
trust laws of the United States and the State of Florida for price fixing relating to the
poWl ' °
particular commodities or services purchased or acquired by the City. At the City's
discretion, such assignment shall be made and become effective at the time the City
tenders final payment to the respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
13. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor,or consultant under a contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the
date of being placed on the convicted vendor list."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
14. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made.
b) The City requires a City of Ocoee registration. Please contact the City's Protective
Inspections Department at (407)656-2322, ext. 91000, directly for information
concerning this requirement.
c) Adherence to all applicable code regulations (Federal, State, County, and City) are the
responsibility of the contractor.
POW"l 11
Protect Ocoee's Water Resources �!
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
POWY' 12
Protect Oceee's Water Resources 4
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
/• a0 di3/' fA/-M c2 , CA oc ?oxr 6 Fe, , pof�
Nc A I 735//GG )lee°
Z , 6/7,ice ciikAy, Fen. vjs 1t474(4.-i r5iril, V0?-13 6 —37"F5- -
".G.v-e,..Y4 c-t.e.i_ f'ke sm-no,is
3 of ;;Ing 6,eof,-) - A„ay )0/194-. , vo9-617 - `r1109-
z:. S. J
&. k'nrek,d Be/ /5 C. 0-1 — ` S« A1TAc/ep yoggenec -4r/3u am t
C6owirsl
Have you any similar work in progress at this time? Yes No . Length of time in
business
Bank or other financial references: ATT'ACHeD
(Attach additional sheets if necessary)
POW 13
Protect Ucoee's Water Resources
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
/nk! PoiJ6t � 5MVIs &�s— 6/4 ?—
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
40 7- - - 2-3-1 7-
FAX(INCLUDE AREA CODE
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
AUTHOR] D SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS,
L
PLEASE INDICATE BELOW:AQ /. 3,eoot Sv/s Afire_
NAM ITLE(PLEASE PRIIfT)
/zss LA Qu l,ttP9 DR•� 57te• z'o
STREET ADDRESS
CITY STATE ZIP
FEDERAL ID# 3 / — 0( 7V 7/0
Individual y Corporation Partnership Other(Specify)
q _
Sworn to and subscribed before me this 7 7 day of lilt it)5 ,2000 .
Personally Known /1 or
Produced Identification
Notary Public-State of CcR,nr1
(Type of Identification) County of One..
L
Signature of Notary Public " or(40 SUSAN S. FOX
AN o My Comm rap_(yty2003
7`Pn S . nieuc . No.MUM]
Primed,typed or stamped %r.mwN w".m n ovw o.
commissioned name of Notary Public
NNW
Protect acoee's Water Resources' 14
SPECIFICATIONS/BID SHEET FOR BID#1300-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
• proposal must state in detail, the type of enclosure provided for the automatic transfer switch.
and the method of mounting.
The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. The fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground. q
TOTAL BID #B00-05: $ 3 "t, I c/ 00
e Dollars and —(9"— Cents
WARRANTY: Ot— Ci) V 51-4
DELIVERY:within 1 S0 calendar days from City Purchase Orde .
PoW 15
Protect Ocoee's Water Resources
SPECIFICATIONS/BID SHEET FOR BID#B00-05; STANDBY GENERATOR
Provide a standby power system consisting of a diesel generator set and automatic transfer
switch. All components of the system are to be sized adequately to start and run two 90 HP lift
station pump motors. Motors are to start individually and in series, not simultaneously. Motor
number one must start and reach normal running speed and current prior to starting motor
number two. Generator set is to be used as a standby power source, and is to supply 277/480 3
phase power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and
automatically start the generator set and supply power to the pump motors. The proposal must
state the time delay between loss of normal power and full load capability of the generator
system. If automatic transfer switch is not mounted on the same platform as the generator set, the
proposal must state in detail, the type of enclosure provided for the automatic transfer switch,
and the method of mounting.
The generator and transfer switch arc to be enclosed in weatherproof enclosures suitable for
installation in a completely exposed outdoor environment. The generator is to have an integral
double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours.
The fuel tank is to be constructed so as not to require any sort of external spill containment
measures. if he fuel tank is to be provided with an integral alarm which will alert the operator in
the event of a fuel tank leak.
The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be
provided with all necessary controls for operator monitoring, with batteries and battery charger,
and must comply with all USEPA emissions requirements.
The price quoted will include startup inspection by a factory trained technician, not less than two
hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will
include delivery to the customer's intended installation location, and offloading from the delivery
vehicle to the ground. ,/
�TOTAL BID#BOOO-05: $ 3 i, Ss 7 o0
/yt4/t,C�, -mow -14,4. t,2, Lib6vtt Dollars and Cents
WARRANTY: Oil - C /2 ?.6♦ $ !✓
DELIVERY:within M0 calendar days from City Purchase Orde .
POV1/s 15
Protect Rcoee's Water Resources
%By: City at Ocoee; 4076567835; Jun-1 -00 11 :37AM; Page 3/6
Page-2- Addendum No. 1; Bid B00-05; Purchase of Standby Generator.
All respondents shall acknowledge this addendum by completing this section below and
attaching to the front of your bid.
ur
Respondent: C.i " g 7Z/f�' Sfl q5
Signature:
Street Address: JA 5'S �w �L .c-s44--- 44 •
City, State, Zip Code: ` Y/ t O,�t'yt. I Q
Name and Title: 429-7C7 af14 7 3 -4F .46/20/2T- Zrnet �YCad4 XG<
Telephone Number: T '6,3 — F+7,6� Federal I.D. #V o 'er OVt Y'/ro
S
2
Sent By: C-ty of Ocoee; 4070567E135; Jun-1 -00 11 :37AM; Page 2/6
May 31, 2000
ADDENDUM NO. : ONE(1)
CITY OF OCOEE
BID NO. 00-05
PURCHASE OF STANDBY GENERATOR
This addendum shall modify and become a part of the original Bid Document far the
Purchase of Standby Generator This addendum is a result of the attached questions
from Zabatt, Inc. faxed on May 23. 2000, C'J's Sales & Service fated on May 24, 2000,
and Emergency Power Systems, Ltd Faxed on May 24, 2000:
The following are responses to the questions from Zabatt Inc.:
1. Please size for(300) amp service.
The following are responses to the questions from CJ's Sales & Service:
1. Across the line.
2. No.
3. Residential.
4. 1110 Nicole Blvd.,Ocoee, Florida
5. (1) one year minimum.
The following are responses to the questions from Emergency Power Systems, Ltd.:
1. Yes.
Changes are as follows.:
Pg.3 Legal Advertisement in the Bid Package should be amended as follows:
Bids will be publicly opened and read aloud in the City Hall Commission
Conference Room un the above-appointed date at 10:01 AM, local time, or as soon
thereafter as possible.
The legal advertisement placed in the Orlando Sentinel was correct.
oyce Tolbert
uyer
1
-- KOHLER GENERATORS
TAW---. TAW POWER SYSTEMS
1.„ `�� POMPANO OFFICE: 800-876-0990
TAMPA OFFICE: 800-456-9449
ORLANDO OFFICE: 800-662-6675
"DID YOU KNOW" TAW HAS RENTAL GENERATORS FOR CONSTRUCTION SITES & SPECIAL EVENTS
Date: June 13 , 2000 Offer No: 0005-7699
To: Contact: Larry Brooks / Denise Rackauskas
Attn: Fax:
Project: CITY OF OCOEE
*******************************************************************
(1) New Kohler Model 200 ROZJ Diesel Engine Driven Generator Set, 200 KW, @ 0.8 PF, 60 Hz,
3 Phase, 277/480 Volt.
GENERATOR ACCESSORIES:
DEC 3: NFPA-110 Level 1, Controller w/Alarms FUEL SYSTEM
Weather Housing Diesel Flexible Fuel Lines
Critical Silencer& Stainless Steel Flex 400 Gallon Subbase Fuel Tank UL, Doublewall
Tail Pipe and Rain Cap w/Low Level & Leak Detector
Safeguard Breaker
Battery Rack & Cables ADDITIONAL ACCESSORIES
Block Heater Rated Power Factor Test
16 Light Remote Annunicator Panel Operation & Maintenance Manual
Remote E-Stop 1 Year Basic Warranty
Battery Charger, Automatic Float w/Alarms Startup: Includes Battery& Fluids
350 Amp. Circuit Breaker 3 Pole, T/M. Trip On Site Testing
AUTOMATIC TRANSFER SWITCH
(1) New Kohler S-340 Automatic Transfer Switch, 277/480 Volt, 400 Amp., 3 Phase, 3 Pole, in a
NEMA 1 Enclosure with the following optional accessories:
• Pilot Lights • Plant Exerciser, No Load
SUPPLIED BY OTHERS: Installation of System, Supply of Fuel, Fuel & Electrical Piping, Exhaust Piping, Air Duct
Work, Intake and Exhaust Louvers, Insulation of Exhaust System.
TOTAL NET LOT: $ 34,459.00 Offer Acceptance & Release for Production:
NOTE : "QUOTE INCLUDES OFF-LOADING @ SITE"
-SALES TAX NOT INCLUDED. COMPANY
*F.O.B. FACTORY. FREIGHT ALLOWED TO FL.
'DELIVERY 16 TO 18 WEEKS AFTER RELEASE.
PRINT NAME DATE
Regards,
LARRY BROOKS/TAW Power System Authorized Signature to Release Material
Model: K/KN/KB
S340 Controls
KOHLER•POWER SYSTEMS Transfer Switches
09001
Standard Features
• Solid-state electrical controls for Model K, KN, and
KB transfer switches.
0 • • Normal source voltage sensing, adjustable from
wasp. 65%to 130% (factory setting 88%) of nominal for
6"CE""'"" pickup and from 50%to 130% (factory setting
0 � i 70%) of nominal for dropout. Voltage monitored
line-to-line for all phases of 3-phase switches.
SWITOI MOT IN
• Voltage sensing pickup for emergency source,
adjustable from 40%to 130% (factory setting
85%) of nominal. Monitors one phase only.
• LED diagnostic aids to indicate circuit status and
�O - monitor function completion.
• Two-position test switch to simulate a normal
Pon,,,,, power source failure. Not supplied if optional
accessories KA-6 (2- or 3-position) or KA-7
(4-position) test switches are specified.
LOAD '® MOUND • Time delay engine start (TDES) fixed at
3 seconds.
• Time delay normal to emergency (TDNE)
adjustable from 0.6 to 60 seconds (factory setting
0.6 seconds).
• • Time delay emergency to normal (TDEN)
TO,,,,,EWARNING; adjustable from 1 to 30 minutes (factory setting
MTV SWISS CFORE
aM. a 1 minute).
• All printed circuit boards conformally coated for
S340 control panel shown with optional accessories environmental protection.
• Controls ambient temperature range
-40° to 158°F (-40° to 70°C).
• Controls humidity range 5%to 95%
noncondensing.
• Auxiliary position contacts: Model K and KN
switches have 1 set closed on normal switch
position and I set closed on emergency switch
position. Model KB switches have 2 sets closed
on normal switch position and 2 sets closed on
emergency switch position.
G11.02 (Model Y/Mrvrya.8340 Cc'trds) 5(900
Accessories Auxiliary Contacts,Relay,Source Available
Relays operate when one phase of the power source is available.
Relays have three sets of Isolated SPDT form C contacts each rated
All accessories are UL listed unless otherwise specified. All 10 A @ 28 VDC;10 A @ 120 VAC,0.8 PE;
KA- accessories are installed on switches with NEMA 6 A @ 240 VAC,0.8 PF;and 3 A @ 480/600 VAC.
type 1 enclosures unless otherwise specified and all PA- KA-14-C evalebleeretes when normal power source is
PA-
accessories are loose accessories. Accessories for Kq-14-D Relay operates when emergency power source is
separate mounting are wired into the electrical controls but available.
not installed on the enclosure, if any,as in the case of open Auxiliary Contacts,Main Contactor Shaft Position
units. Some KA-accessories may have additional suffixes Main shaft auxiliary contacts operate with the transfer switch main
that specify such things as the transfer switch voltage, contacts and provide a positive indication of contactor position. Each
P fY 9contact is rated 20 amps, 125/250 VAC. Adtlitional auxiliary contacts
frequency, phase, amperage, or other enclosure types. are not available on bypass isolation switches.
KA-15-E One additional contact closed on normal for 30-150
Automatic Accessories and 600-800 amp switches.
. ❑KA-15-F One additional contact closed on emergency for
30-150 and 600-800 amp switches.
The following accessories are available for automatic U KA-15-G Two additional contacts closed on normal for 30-150
transfer switches. Plug-in circuit boards require a card and 600-800 amp switches.
cage, part number 295131. ❑KA-15-H Two additional contacts closed on emergency for
30-150 and 600-800 amp switches.
Pilot Lights,Contactor Position
Contactor position pilot lights are standard on bypass isolation ❑KA-15-J Three additional contacts closed on normal for
switches. 30-150 and 600-800 amp switches.
❑KA-12-A Green lamp indicates contactor in normal position for ❑KA-15-K Three additional contacts closed on emergency for
separate mounting. 30-150 and 600-800 amp switches.
KA-12-B Red lamp indicates contactor in emergency position ❑KA-15-L Two additional contacts closed on normal and two
for separate mounting. additional contacts closed on emergency for
225-400 and 1000-4000 amp switches.
KA-12-C Green lamp indicates contactor in normal position. j KA-15-M Three additional contacts closed on normal and
❑KA-12-D Red lamp indicates contactor in emergency position. three additional contacts closed on emergency for
KA-12-U Contactor position indicating lamp test pushbutton 225-400 amp switches.
for separate mounting. Battery Chargers
KA-12-T Contactor position indicating lamp test pushbutton. 2-ampere maximum charge rate with automatic adjustable float.
Pilot lights,Source Available ❑KA-24-xxA 12 VDC battery charger.
Source available pilot lights are standard on bypass isolation ❑KA-24-xxB 24 VDC battery charger.
switches.
or Voltage-and frequency-dependent code.
KA-12-E White lamp indicates normal power is available for Check Relay
mounting. Source Monitor,inphase Monitor/Synchronism
Controls the transfer of loads to prevent inrush currents from
▪KA-12-F White lamp indicates emergency power is available exceeding normal starting currents and tripping circuit breakers,and
for separate mounting. to prevent damage to loads. Monitors one phase of the normal and
❑KA-12-G White lamp Indicates normal power is available. emergency power sources and permits transfer only when power
sources are near synchronism. If the voltage of the power source
U KA-12-H White lamp Indicates emergency power is available. supplying the load drops below a bypass pickup setting,a circuit
Plant Exerciser allows Immediate transfer to the alternate power source. If both
14-day programmable solid-state digital timer sets the generator set power source voltages fall below a pickup prevention setting,transfer
exercise schedule. Timer temperature range-10°to 160°F(-23°to is inhibited to prevent transfer to an unacceptable power source.
71°C). Do not order accessory KA-10-F Preferred Source Switch 0 KA-34-A Inphase monitor permits transfer when power source
with this accessory. voltage waveforms have a phase difference within
❑KA-23-W Plant exerciser runs the generator set unloaded. x15 degrees and a frequency difference within
a3.0 Hz. Approximate 2.0 second time delay after
❑KA-23-X Plant exerciser runs the generator set loaded. powerup of inphase monitor before enabled. Inhibit
❑KA-23-Y Plant exerciser Includes a two-position selector circuit prevents transfer when power sources are
switch that determines if the generator set runs moving away from synchronism. The bypass pickup
unloaded or loaded. and pickup prevention setting Is 70%of nominal.
O KA-34-B Synchronism check relay permits transfer when the
power source voltage waveforms have a phase
angle difference below a phase angle setting for
approximately 50 milliseconds. Phase angle setting
Is adjustable from ±5 to ±30 degrees,factory
setting ±10 degrees. The bypass pickup setting Is
71-75%of nominal. The pickup prevention setting is
68-72%of nominal.
❑KA-34-C Synchronism check relay operates like KA-34-B
except operates only from emergency to normal.
Requires one main shaft auxiliary contact closed on
emergency.
alas (Moue Kae4xa,5340 Controls) WM
Source Monitor,Normal Source Voltage and Frequency Time Delay Engine Cooldawn(TDEC)
The following source monitors include a plug-in printed circuit board. TDEC delays the opening of the engine start contacts after
KA26C51 Overvoltage monitoring, 1-phase,adjustable from transferring the load to the normal source to Slow an additional time
❑ for the generator set engine to cool down before the generator set
100 to 115%,factory set at 115%. engine controllers cooldown timer,if equipped,begins timing. TDEC
❑KA-26-CS2 Overvoltage monitoring,3-phase,adjustable from starts timing after the load is transferred to the normal source.
100 to 115%,factory set at 115%. O KA-4-C TDEC adjustable Ito 30 min. Factory set at 1 min.
O KA-26-G Ovedrequency monitoring, 1-phase,adjustable from Includes a plug-in printed circuit board.
50 to 65 Hz. ❑KA-4-0 TDEC fixed at 5 min.
❑KA-26-H Underfrequency monitoring,1-phase,adjustable Time Delay Override Switch
from 45 to 60 Hz. Switch bypasses time delay emergency to normal(TDEN)and allows
Source Monitor,Emergency Source Voltage and Frequency manual transfer at anytime after normal power is restored.
The following source monitors include a plug-in printed circuit board. ❑KA-B-A Time delay override switch for separate mounting.
❑KA-S-A Underfrequency monitoring,1-phase,adjustable ❑KA-8-C Time delay override switch for NEMA type I
from 45 to 60 Hz. If the emergency source fails or is enclosures.
outside of the circuit board setting and the normal
source is available,the switch will immediately Test Switches,Automatic Operation,2-and 3-position
transfer to normal. This accessory replaces the standard test switch. TEST or TEST
WITH LOAD position simulates a normal power source failure. TEST
❑KA-S-G Overfrequency monitoring,1phase,adjustable from
55 to 65 Hz. WITHOUT LOAD position closes the engine start circuit but does not
transfer the load. AUTO(automatic)position returns the switch to
❑KA-5-D Undervoltage monitoring,1-phase. The switch automatic operation. Momentary TEST or TEST WITH LOAD
immediately transfers to the normal source if the position,maintained AUTO(automatic)and TEST WITHOUT LOAD
emergency source fails or Is outside of the circuit positions.
board setting and normal is acceptable. Adjustable voltage sensing from 72 to 100%of nominal for KA-6-E Two-position key-operated test switch for separate
mounting.
pickup and 70 to 98%for dropout.
❑KA-5-E Overvoltage monitoring,1-phase,adjustable from 0 KA-6-F Two-position key-operated test switch.
100 to 115%of nominal for dropout,factory set at ❑KA-6-L Three-position test switch for separate mounting.
115%. The switch immediately transfers to normal if ❑ -6-M Three-position test switch.
the emergency source tails or is outside of the circuit
board setting and normal is available. Test Switches,Automatic Operation,4-position
❑KA-S-F Undervoltage monitoring,3-phase. Monitors Four-position selector switch with white light permits four modes al
emergency source voltage. The switch will switch operation'. TEST,AUTO,OFF,and ENGINE START. The OFF
immediately transfer to normal If the emergency position de-energizes the control circuitry and opens the engine-start
source fails or is outside of the circuit board setting circuit. The transfer switch does not operate nor does the engine
and normal is available. Adjustable voltage sensing start on power source failure. The TEST position simulates a normal
from 72 to 100%of nominal for pickup and 70 to power failure. The AUTO position returns the transfer switch to
98%for dropout. automatic operation. The ENGINE START position closes the
engine-start circuit. The switch transfers only if the normal power
❑KA-5-G Overvoltage monitoring,3-phase,adjustable from source fails. A white lamp lights in ell modes except the AUTO
100 to 115%of nominal,factory set at 115%dropout. position. Momentary TEST,maintained AUTO,OFF,and ENGINE
If the emergency source fails or is outside of the START positions.
circuit board setting and normal Is available,the Four-position test switch for separate mounting.switch will Immediately transfer to normal. 0 KA-7-C
Source Monitor,Phase Sequence 0 KA-7-D Four-position test switch.
❑KA-5-H Phase sequence monitoring relay permits transfer in ❑KA-7-E Four-position key-operated test switch.
either direction when both sources have the same ❑KA-7-F Four-position key-operated test switch for separate
phase sequence Includes a plug-in printed circuit mounting.
board. ❑KA-7-H Four-position key-operated test switch for NEMA
Time Delay Normal to Emergency(TONE) type 3R and 12 enclosures.
TDNE delays the transfer of the load to the emergency source to Meters
prevent nuisance transfers to the emergency source and to allow the Meters are mounted in the enclosure door but are not available on
emergency timing sourcehotheo stabilizemer ncyrs soacurce
isng the load. models with NEMA type 3R or 12 enclosures. Meters included on
begins when emergency source acceptable. open units are for NEMA type 1 applications only. Meters are not
❑KA-1-D TDNE adjustable 1 to 30 min. Factory set at 1 min. available on open units of bypass isolation switches.
Time Delay Engine Start(TDES) ❑KA-1 B-G Frequency meter,analog,one phase of emergency
TDES delays the starting of the generator set when the normal only
source falls. TDES helps to prevent nuisance starting of the ❑Kq-1 B-H Running time meter,digital.
generator set and begins timing when the normal source fails.
❑KA-18-J Voltmeter and ammeter,analog. Allows the display
❑KA-2-A TDES adjustable 5 to 20 sec. Factory set at 5 sec. of all line-line voltages for the emergency and normal
❑KA-2-F TDES adjustable 20 to 240 sec. Factory set at sources. Displays all line currents for the load.
20 sec.
U KA-2-G TDES adjustable 0.5 to 5 sec. Factory set at
0.5 sec.
Oil 42(Model wwNm,S340 C b s) Nine
•
Load-Shedding Contacts Enclosure Heaters
Load-shedding contacts allow the controller to disconnect loads prior Space heaters for enclosed switches are designed for ambient
to transfer and reconnect loads after transfer. Specify up to three temperatures that do not exceed 80° F. Wattages are 50 W
KA-35 accessories with the transfer switch. Each contact is rated (30-150A),100 W(225-400A)and 200 W(600-800A). Enclosure
10 A @ 28 VDC;10 A @ 120 VAC,0.8 PF; heaters are not available on open units or on bypass isolation
8 A @ 240 VAC,0.8 PF;and 3 A @ 480/600 VAC. switches.
❑KA-35-G 2 NO and 2 NC contacts operate an adjustable time I0 KA-39-A Enclosure heater,not thermostatically controlled.
(0.6 to 60 sec.)prior to transfer in either direction and reset immediately after transfer. L.1 KA-39-B Enclosure heater,thermostatically controlled.
KA-35-11 2 NO and 2 NC contacts operate an adjustable lime Transient Voltage Suppression
(0.6 to 60 sec.)prior to transfer In either direction ❑KA-38-A ANSI C62.41-1980 protection from transient voltage
and reset 3 seconds after transfer. surges produced by lightning and other sources.
❑KA35-J 2 NO and 2 NC contacts operate Immediately at time Protection module features metal oxide mister
of transfer in either direction and reset an adjustable (MOV)design and is connected to the normal power
0.6 to 60 seconds after transfer. source terminals.
KA-35-K 2 NO and 2 NC contacts operate 0.3 seconds before ❑KA38-B Same protection above plus a silicon avalanche
transfer in either direction and reset an adjustable diode that provides protection from transients of
3.0 to 300 seconds after transfer. shorter duration.
❑KA-35.L 2 NC contacts operate an adjustable 3.0 to 300 Cranking Limiter
seconds before and after transfer in both directions.. A cranking limiter opens the engine start circuit after an adjustable
30.0 to❑KA-35-M 2 NC contacts operate an adjustable 0.3 to 30 complete.
0 second time delay aXer engine start contact closure is
seconds before and after transfer in both directions. p
Manual Operation Switches With Override I]KA-30-A Cranking limiter for 2-wire engine-start circuits.
Accessories KA-29-O,P,S.and T have a maintained two-position ❑KA-30-C Cranking limiter for 3-wire engine-start circuits.
auto/manual selector switch that permits pushbutton manual transfer Logic Protection Fuse
to an available source when in the MANUAL position,automatic
operation Mien in the AUTO position. Accessories KA-29-0,R,U, ❑KA-28-A Fuse protection for nonessential circuitry. Used with
and V have momentary contact switches that cause immediate accessories KA-6,712,14,and 23. Use one
transfer to an available source when operated. An override circuit KA-28-A per protected accessory
seeks an available source if a connected source fails during manual Area Protection Relay
operation.
❑KA-26.0 Allows automatic operation when a
❑KA-29-O Maintained key-operated auto/manual selector customer-supplied external contact is closed. Upon
switch enables manual pushbutton operation from contact opening the transfer switch starts the
emergency to normal. Far separate mounting. generator set and transfers the load to the
KA-29-P Maintained key-operated auto/manual selector emergency power source when available until the
switch enables manual pushbutton operation from area protection contact closes again. An override
emergency to normal. circuit allows the switch to transfer the load to normal
power if emergency power tails. Operating voltage
KA-29-S Maintained key-operated auto/manual selector 12 VAC,maximum external contact circuit resistance
switch enables manual pushbutton operation In both approximately 12 ohms.
directions. For separate mounting.
0 KA-29-T Maintained key-operated auto/manual selector
switch enables manual pushbutton operation in both
directions.
KA-29-0 Momentary,key-operated switches allow manual
operation in both directions. For separate mounting.
KA-29-S Momentary,key-operated switches allow manual
operation in both directions.
KA-29-U Momentary,key-operated switch allows manual
operation from emergency to normal. For separate
mounting.
KA-29-V Momentary,key-operated switch allows manual
operation from emergency to normal.
Audible Alarm
An aubible alarm sounds when the switch is in the emergency
position.
❑KA31-A Audible alarm for separate mounting.
❑KA-31-B Audible alarm.
en-ea(Weal Kam.5340 Controls) 5/90e
•
Nonautomatic Accessories Engineering Special Accessories
11 any of the following accessories are specified,the switch The following are available only on engineering specials.
becomes nonautomatic as defined by UL 1008. The model Preferred-Source Switches
number changes from K to KN to reflect that the transfer A preferred-source switch selects either the normal or emergency
switch is nonautomatic. Nonautomatic accessories are not power source as the preferred source,which Is the source the switch
always transfers to It acceptable.
available on bypass isolation switches.
❑KA-10-B A two-position selector switch selects the
Test Switches,Manual Operation,2-position preferred source. For use with either two
This accessory replaces the standard test switch. A two-position test commercial power sources or one commercial
switch simulates a normal power source failure when the switch is in power source and one generator set.
the TEST position. Maintained TEST position prevents automatic ❑KA-10-D A two-position selector switch selects the
retransfer to the normal power source when the emergency power preferred source. For use when both power
source fails. Maintained AUTO(automatic)position. sources are generator sets.
❑KA-6-C Two-position,maintained test switch for separate ❑KA-10-F A 14-day programmable solid-state digital timer
mounting. alternately selects the preferred source on a
❑KA-5-D Two-position.maintained test switch. timed schedule. Do not order accessory KA-23
KA-6-G Two-position,maintained,key-operated test switch Plant Exerciserwith this accessory. For use
❑ pwhen both power sources are generator sets.
for separate mounting 60/60 Hz.
❑KA-6-H Two-position,maintained,key-operated test switch. External Manual Operating Handles
Transfer-Inhibit Switches External manual operating handles have quick-make,quick-break
A transfer-inhibit switch prevents transfer in either direction and operation and have a logic control circuit disconnect switch. External
opens the engine-start circuit when in the INHIBIT position. manual operating handles are available on NEMA type 1 enclosures
only,not on open units or on NEMA type 3R or 12 enclosures.
❑KA-9-F Transfer-inhibit switch for separate mounting. Accessories KA-40 A through KA-40-C are mounted through the side
❑KA-9-G Transfer-inhibit switch. of the enclosure. Accessory KA-40-D is mounted through the front of
the enclosure.
Manual Operation Switches Without Override
Accessories KA-29-B,C,D,E.and L have momentary contact ❑KA-40-A For 30-150 ampere switches.
switches that cause Immediate transfer to an available source when ❑KA-40-B For 225-260 ampere switches.
operated. Accessories KA-29-F,G,H,and J have a maintained
two-position auto/manual selector switch that permits pushbutton U KA-40-C For 400 ampere switches.
manual transfer to an available source when in the MANUAL position ❑KA-40-D For 600-800 ampere switches.
and automatic operation when In the AUTO position. The transfer Dead Bus Relay
does not automatically transfer to an available power source
when the manually selected power source tails. Provides automatic operation when a customer-supplied external
contact is open. Contact closure causes the switch to transfer the
❑K -29-B Momentary switch allows manual operation in both load to the normal source,whether normal power is available or not,
directions. For separate mounting. using emergency source power. Makes the switch nonautomatic.
❑KA-29-C Momentary switch allows manual operation from Requires accessory KA-15(two contacts closed when the contactor
emergency to normal. For separate mounting. is in the emergency position).
❑KA-29-D Momentary switches allow manual operation in both ❑KA-54-A Dead bus relay.
directions.
❑KA-29-E Momentary switches allow manual operation from
emergency to normal.
❑KA-29-L Momentary key-operated switches allow manual
operation in both directions.
❑KA-29-F Maintained key-operated auto/manual selector
switch enables manual pushbutton operation In both
directions. For separate mounting.
❑KA-29-G Maintained key-operated auto/manual selector
switch enables manual pushbutton operation In both
directions.
❑KA-29-H Maintained key-operated auto/manual selector
switch enables manual pushbutton operation from
emergency to normal. For separate mounting.
❑KA-29-J Maintained key-operated auto/manual selector
swttch enables manual pushbutton operation from
emergency to normal.
1311.2(Model MGOG,saw Controls) MM0e
KOHLER CO.,Kohler,Wisconsin 53044 U.S.A. Kohler¢Power Systems
Phone 920-565-3381,Web site wwwkohlergenerators.com Asia Pacific Headquarters
Fax 920459-1646(U.S.A.Sales).Fax 920-459-1614(International) 7 Jurong Pier Road
For the nearest sales and service outlet in U.S.A.and Canada Singapore 619159
Phone 1-800-544-2444 Phone(65)264-6422,Fax(65)264-6455
Loose Accessories Spec Sheets
❑G11-64 Model K and KN transfer switch spec sheet.
The following accessories are provided as kits that may j Gf 1-66 Model KB automatic transfer and bypass
require installation. isolation switch spec sheet.
❑G11-62 Model KIKN/KB,5340 controls spec sheet.
Extender Harness for Controller
Literature Kits
❑PA-294731 Extended harness,2.5 ft. (0.8 m). Production literature kits contain all literature normally shipped with
❑PA-294732 Extended harness,5 ft. (1.5 m). the transfer switch,such as operation and installation manuals and
warranty information. Technical literature kits contain the literature in
•
❑PA-294733 Extended harness, 10 ft. (3.0 m). the production literature kit plus available technical information such
❑PA-294734 Extended harness,20 t.(6.1 m). as service and parts manuals.
Neutral Lug Assembly ❑PA-353620 Production literature kit, Model K and KN
transfer switches with 5340 controls
❑PA-295070 For 30-150 amp switches. ❑PA-353626 Prod feran literature kit,Model KB automatic
❑PA-295071 For 225-260 ampswitches. transfer and bypass isol od transfer switch
with
❑PA-295072 For 400 amp switches. S340 controls
❑PA-295073 For 600-800 amp switches. ❑PA-353621 Technical literature kit,Model K and KN transfer
switches with 5340 controls
❑PA-297583 For 1000-1200 amp switches.
switches. ❑PA-353627 Technical literature kit,Model KB automatic
PA-294151 For 1600
❑ amp transfer and bypass isolation transfer switch with
❑PA-297607 For 2000 amp switches. 5340 controls
❑PA-297606 For 3000 amp switches.
Transient Voltage Suppression
ANSI C62.41-1980 protection from transient voltage surges produced Other Options
by lightning and other sources. Protection module features metal
oxide varistor(MOV)design and is typically connected to the normal
power source terminals. Export Boxing
❑PA-294538 For 30 amp switches. Available only on models with NEMA type 1 enclosures.
❑PA-294530 For 70-104 amp switches. ❑ Export boxing.
❑PA-294531 For 150 amp switches. CSA Certification
❑PA-294532 For 225-4000 amp switches. ❑ Bilingual nameplate and CSA certification is
provided as an enclosure option and only
Transient Voltage Suppression with Avalanche Diode available on 30-2000 amp switches.
Same protection as above plus a silicon avalanche diode that Other Enclosures
provides protection from transients of shorter duration. Other
K/f W/KB transfer switches are available in a NEMA type 12
❑PA-294539 For 30 amp switches. and 3R enclosures. The transfer switch model number is changed as
❑PA-294556 For 70-104 amp switches. follows-.K_axxvl becomes K_-)ocxxk2 or K_i000a3 respectively.
❑PA-294557 For 150 amp switches. ❑ NEMA Type 12 enclosure.
❑PA-294558 For 225-4000 amp switches. ❑ NEMA type 3R enclosure.
Pedestal Mounting Feat
Pedestal mounting feet for NEMA type 1 and 3R enclosures.
❑PA-297265 For 30-150 amp switches.
❑PA-297267 For 225-400 amp switches.
❑PA-297269 For 600-800 amp switches.
DISTRIBUTED BY:
Availability is subject to change without notice.Kohler Co.reserves the
right to change the design or specifications without notice and without
any obligation or liability whatsoever. Contact your local Kohler Co.
generate(distributor for availability. o Kohler co.1E44 len as 110/101113011114(1444 11/1 W Ia.S340¢wire) s50e
Model: K and KN
Contactor
KOHLER,YOWER SYSTEMS Transfer Switches
09001
Standard Features
t _ __- • UL 1008 listed through 4000 amps, CSA certified
through 2000 amps.
i. • Current ratings from 30 to 4000 amps.
• Available in 2-, 3-pole or 4-polev configurations.
• Available with S340 solid-state or M340
microprocessor electrical controls. See spec sheets
G11-62 or G11-63 for electrical control features and
available options.
• 600 volt maximum contactor power switching devices,
I I1 a UL listed at 480 VAC.
•
• Switching devices are rated for all classes of load,
• both inductive and noninductive.
• Transfer time less than 1/6 second.
•
' c@ss rvz l • Auxiliary position contacts: 1 closed on normal switch
PAVER SYSTEM position and 1 closed on emergency switch position.
TRANSFER 6`""°" • 100% equipment rated and can be applied at the
i l rated current without derating in open or enclosed
configurations.
Shown with S340 controls and
optional accessories
Contactor Ratings*
Withstand and Closing Current Ratings(WCR),
Maximum Current in RMS Symmetrical Amperes When Coordinated With
Specifications Current-Limiting Fuses Molded-Case Circuit Breakers
Specific Manufacturer's
Switch Rating Max Fuse Any Manufacturer's (See the Following Tables) Cycles
(Amps) @480-Volt Max. Size(Amps) Cla s @480-Volt Max. @600-Volt Max. @480-Volt Max. @ 60 Hz.
30 100,000 60 10,000 10,000 - 1.5
70, 104, 150 200,000 200 10,000 10,000 22,000 1.5
225,260,400 200,000 600 35,000 22,000 42.000 3.0
600,800 200.000 1,200 50.000 42.000 65,000 3.0
1000,1200 200,000 2,000 65,000 65,000 85,000 3.0
1600,2000 200,000 3.000 100,000 100,000 — 3.0
2500,4000 200,000 6.000 100,000 100,000 — 3.0
• Current ratings listed are based on UL 1008 standards.
T 3-pole with switched overlapping neutral contacts(4 pole).
G11.(14 (Model K and KN Cantado l 5/99b
Contactor Ratings* with Coordinated Circuit Breakers
The following chart lists contactor withstand and closing ratings (VVCR) when coordinated with specific manufacturer's
circuit breakers.
Switch Specific Manufacturer's Molded-Case Circuit Breakers
Rating RMS Symmetrical
(Amps) Amps(480 V Max.) Manufacturer Type or Class Maximum Size(Amps)
TB1 100
General Electric TEL,THED,THLC1,THLC2 150
TFL 225
CED6, ED6,HED4, HED6 125
ITE/Siemens CFD6 150
FD6.FX06,HFD6 250
70 22.000 FH 80
Square D FC, FL 100
KA,KC, KH, KI,LA,LH 250
FCL,TRI-PAC FB 100
FD,FDC,HFD 150
Westinghouse
HJD,JD,KDB,JDC 250
HDB,HOC,HKD,KD,KDB,KDC,LCL,TRI-PAC LA 400
TB1 100
General Electric TEL,THED.THLC1,THLC2 150
TEL 225
CED6,ED6,HED4,HED6 125
ITE/Siemens CFD6 150
104 22,000 FD6,FXD6,HFD6 250
Square 0 KA,KC,KH,KI,LA,LH 250
FCL,TRI-PAC FB 100
FD,FDC,RFD 150
Westinghouse
HJD,JD,JDB,JDC 250
HOB,HDC,HKD,KD,KDB,KDC,LCL,TRI-PAC LA 400
TEL,THEO,THLC1 150
TFL,THFK,THLC2 225
General Electdc
SFL,SFP,TN,TFK 250
83L4,SGP4,TLB4 400
CFD6,F06,FX06,HFD6 250
ITE/Siemens CJD6,HHJD6,HHJXD6,HJD6,JD6 400
150 22,000 JXD6,SCJD6,5HJ06,SJ06 400
KA,KC,KH,KI 250
Square D LC,LI 300
LA,LH 400
FD,FOC,HFD 150
Westinghouse JD,JOB,JDC,HJD 250
HKD,KD,KDB,KDC,LCL,TRI-PAC LA 400
TFL,THLC2 225
SFL,SFLA,SFP 250
General Electric SGLO,SGP4,TB4,THLC4,TLB4 400
SGLA,83L6,SGP6,TB6 600
SKHA,SKLB,SKPB,TKL 800
CFD6,FD6.FXD6,HFD6 250
CJD6,HHJD6,HHJXD6,HJD6,JD6 400
ITE/Siemens JXD5,SCJD6,SHJD6,SJD6 400
225, 42,000 CLD6,HHLD6,HHLXD6,HLD6,SCLD6,SHLD6 600
260 SCMD6,SHMD6,SMD6,SND6 800
KC,KI 250
Square D LC,LI 600
MH 800
HJD.JOG 250
HKD,KDC,LCL,TRI-PAC LA 400
Westinghouse Fan 600
TRI-PAC NB 800
• Current ratings listed we based on UL 1008 standards.
01144 (Model KandKNConlector Naga
Contactor Ratings* with Coordinated Circuit Breakers,
continued
Switch Specific Manufacturer's Molded-Case Circuit Breakers
Rating RMS Symmetrical ----
(Amps) Amps(480 V Max.) Manufacturer Type or Class Maximum Size(Amps)
SGL4,SGP4,TB4,THLC4,TLB4 400
General Electric SGLA,SGL4,SGP6,TB6 !I 600
SKHA,SKLB,SKPB,TKL 800
GJD6,HHJD6,HHJXD6,HJD6,SCJD6,SHJD6 400
ITE/Siemens CLD6, HHLD6,HHLXD6, HLD6,SGL06,SHLD6 600
CMD6, HMD6,HND6, MD6,MXD6 800
400 42,000 SCMD6,SHMD6,SMD6,SND6 800
Square D LC,LI 600
MH
HKD,KDC,LCL,TRIPAC LA 400
Westinghouse HLD 600
TRI-PAC NB 800
General Electric TB8 800
MICROVERSATRIP TKL 1200
CLD6,HHLD6,HHLXD6,HLD6, SCLD6,SHLD6 600
ITE/Siemens CMD6,HMD6,SCMD6,SHMD6 800
CND6,HND6,SCND6,SHND6 1200
600, 65,000 CPD6,SCPD6 1600
800 MH SERIES 2
1000
Square D SE(LS TRIP),SEH(LS TRIP) 2500
HLD 600
Westinghouse TRI-PAC NB 800
TRI-PAC PB 1600
ITE/Siemens CND6,SCND6 1200
1000, CPD6.SCPD6 1600
1200 85,000 Square D SE (LS TRIP),SEH(LS TRIP) 2500
Westinghouse TRI-PAC PB 1600
Current ratings listed are based on UL 1008 stantlerds.
G11-ti (model N and KN Contatlw) 511)W
Design Features Application Data
Transfer Switch Design UL-Listed Solderless Screw-Type Terminals
• Al switches are factory wired, interconnected, and tested for External Power Connections
prior to shipment. Switch Normal,Emergency,and Load Terminals
• Solid neutral bars are used on two-pole and three-pole Rating Range of Wire Sizes,
switches. Solid neutral bars are insulated/groundable type (Amps) Cables per Pole Copper or Aluminum
and use separate connectors for normal, emergency, and 30 I #14 AWG t0 p6 AWG
load power connections.
• Switches use front-connecting lugs for 30 through 70 1 #14 AWG to 1/0 AWG
1200 amps and rear-connecting bus for 1600 through 100 1 #14 AWG to 2/0 AWG
4000 amps. 104 1 #14 AWG to 2/0 AWG
Contactor Design 150 1 #8AWG to3/OAWG
• Contactors offer high-speed transfer, 1/6 second or less, 225-400 1 #4 AWG to 600 MCM
including relay operating time for all ampacities exclusive of 2 #1/0 AWG to 250 MCM
time delays. 600-800 3 #2 AWG to 600 MOM
• Contactors are of double-throw, inherently interlocked 1000-1200 4 #2 AWG to 600 MOM
design.
• Contacts are readily accessible from the front for easy 1600-4000 Bus Bar(terminals are not provided)
inspection.
• Main shaft auxiliary contacts operate only with the main Weights
contacts and provide a positive indication of the switch
position.
• Current-carrying parts are silver plated or are of a silver Specifications
alloy. Alloy contacts,which provide resistance to welding, Nominal Weight Lbs.(kg)
sticking,and voltage drop,are shaped to give concentrated Amps Poles NEMA Type I Enclosed
contact pressure for positive circuit continuity. 30-104 2 77 (35)
• Internal manual operating handle is included. 30-104 3 80 (36)
• The single coil is momentarily energized during transfer 30-104 3* 83 (38)
providing long,dependable life. 150 2 79 (36)
• Switching mechanisms are lubricated for life. 150 3 82 (37)
• All switches have self-wiping contacts. 150 3* 85 (39)
• 4-pole switches use make-before-break neutral switching. 225-400 2 117 (53)
225-400 3 125 (57)
Ratings 225-400 3* 133 (60)
• All models are 100%equipment rated and can be applied at 600-800 2 409 (186)
the rated current without Berating. 600-800 3 419 (190)
600-800 3' 429 (195)
• All switches are rated for a maximum of 30%tungsten load. 1000 3 837 (380)
However,30-to 150-amp,600-VAC class switches applied 1000 3` 857 (389)
at 240 VAC or less are acceptable for up to 100%tungsten
load. 1200 3 837 (380)
• Blow-on contacts on all switches rated above 400 amps 1200 3* 857 (389)
provide high withstand and closing current ratings. 1600 3 1021 (463)
• Switched neutral contact ratings correspond to the 1600 3* 1046 (474)
line-switching contacts. 2000 3 1021 (463)
Standards 2000 3* 1046 (474)
2500 3 1626 (738)
• All models are UL 1008 listed. 2500 3* 1726 (783)
• All switches meet transient overvoltage impulse withstand 3000 3 1626 (738)
tests and voltage surge withstand capability in accordance 3000 3* 1728 (783)
with ANSI/IEEE C37.90-1978. 4000 3 1926 (874)
• Switches are suitable for emergency and standby 4000 3' 2026 (919)
applications without modification. ` 3-pole with overlapping neutral contacts(4-pole).
• NEMA type I enclosures meet the requirements of NEMA
standard publication number ICS6 and UL standard number
508(ANSI C33.76).
G1144 IMatl N end Mil Contactor) 5111013
Dimensions
Specifications Enclosure Dimensionst,in. (mm)
Amps Height Width Depth
NEMA Type 1-S340 or M340 Controls
30-150 35.75 (908) 25.72 (653) 14.15 (359)
225-400 47.15 (1198) 25.72 (653) 15.40 (391)
600-800 64.24 (1632) 32.30 (820) 19.70 (500)
1000-1200 90.00 (2286) 46.25 (1175) 26.50 (673)
1600-2000 90.00 (2286) 38.25 (972) 48.00 (1219)
2500-4000 90.00 (2286) 48.25 (1226) 48.00 (1219)
NEMA Type 12-3340 Controls
30-150 38.50 (978) 30.00 (762) 17.15 (436)
225-400 50.50 (1283) 36.00 (914) 21.15 (537)
600-800 75.25 (1911) 36.00 (914) 25.15 (639)
NEMA Type 3R-S340 Controls
30-150 37.96 (964) 25.72 (653) 15.48 (393)
225-400 49.36 (1254) 25.72 (653) 16.74 (425)
600-800 67.96 (1726) 32.30 (820) 21.03 (534)
NEMA Type 3R or 12-M340 Controls
30-150 ' 38.50 (978) 30.00 (762) 21.41 (544)
225-400 50.50 (1283) 36.00 (914) 21.75 (552)
600-800 75.25 (1911) 36.00 (914) 25.16 (639)
NEMA Type 3R or 12-6340 or M340 Controls
1000-1200 93.06 (2364) 48.50 (1232) 37,75 (959)
NEMA Type 3R-$340 or M340 Controls
1600-2000 93.00 (2362) 38.00 (965) 4800 (1219)
3000 93.00 (2362) 38.00 (965) 54.00 (1372)
4000 93.00 (2362) 4800 (1219) 54.00 (1372)
Specifications Open Contactor Dimensions,in.(mm)
Amps Poles Height Width Depth
2 8.87 (225) 6.68 (170) 5.12 (130)
30-104 3 8.87 (225) 7.43 (189) 5.12 (130)
3' 8.87 (225) 8.19 (208) 5.12 (130)
2 9.75 (248) 7.19 (183) 5.00 (127)
150 3 9.75 (248) 8.19 (200) 5.00 (127)
3' 9.75 (248) 9.13 (232) 5.00 (127)
225-400 2,3 18.50 (470) 15.00 (381) 6.87 (174)
3* 18.50 (470) 12.00 (305) 6.87 (174)
600-800 2,3 25.00 (635) 19.25 (489) 11.00 (279)
3* 25.00 (635) 22.75 (578) 11.00 (279)
1000- 3 40.12(1019) 31.49 (800) 13.00 (330)
1200 3' 40.12(1019) 36.87 (936) 13.00 (330)
1600-
2000 3,3* 52.00(1321) 28,50 (724) 18.50 (470)
2500-
3000 Sr, 52.00(1321) 31.50 (800) 22.50 (572)
4000 3,3* 52,00(1321) 41,00(1041) 2250 (572)
' 3-pole with overlapping neutral contacts(4-pole).
t Dimensions to units with NEMA type 12 and 3R enclosures include
permanent mounting tabs or lifting eyes. Dimensions of 1000-4000
amp units with NEMA type 1 enclosures do not include removable
lifting brackets. See the submittal drawings to more Information.
01144 (MoeN s.m lei Contactor) 5I b
KOHLER CO.,Kohler,Wisconsin 53044 U.S.A. Kohlere Power Systems
Phone 920-565-3381,Web site www.kohlergenerators.com Asia Pacific Headquarters
Fox 920-459-1646(U.S.A.Sales).Fax 920-459-1614(International) 7 Jurong Pier Road
For the nearest sales and service outlet in U.S.A.and Canada Singapore 619159
Phone 1-800-544-2444 Phone(65)264-6422,Fax(65)264-6455
Record the transfer switch model number In the boxes below.The transfer switch model number defines characteristics and
ratings as explained in the accompanying chart.
Model Controls Voltage and Frequency Poles Wires Enclosure Current Rating
A
■■M I I❑ • ❑IIQII ❑ ❑I-I ❑ � •�
Kohler®Model Number Key
This chart explains the Kohlere transfer switch model numbering code system. The sample SAMPLE MODEL NUMBER
model number shown is for a Model K automatic transfer switch that uses a 600 volt maximum K-164231-0800
contactor power switching device with 8340 solid-state electrical controls rated at 240 volts,
60 hertz,1 phase,2 poles,and 3 wires in a NEMA type 1 enclosure with a current rating of 800
amps. Not ell possible combinations are available.
Model
K:Model K contactor automatic transfer switch
KN:Model KN contactor nonautomatic transfer switch
Electrical Controls(Logic Controller)
1:S340 solid state 5:M340 microprocessor
Voltage and Frequency(other codes possible)
53:220 Volts,60 Hz 60:600 Volts,60 Hz 62: 120 Volts,60 Hz
63:220 Volts,50 Hz 64:240 Volts,60 Hz 65:550 Volts,60 Hz
66:480 Volts,60 Hz 68:208 Volts,60 Hz 71:380 Volts,50 Hz
72:380 Volts,60 Hz 73:416 Volts,50 Hz
Number of Poles and Phase
2:2 pole,1 phase 3:3 pole,3 phase 4:3 pole. 1 phase
5:3 pole,3 phase with overlapping neutral contacts
Number of Wires
3:3 Wire 4:4 Wre
Enclosure
0:Open unit 1:NEMA type 1 2:NEMA type 12
3:NEMA type 3R 4:NEMA type 1 CSA• 7:Open unit GSA*
•CSA versions available only up to 2000 amperes
Current Rating
Numbers Indicate the current rating of switch In amperes
DISTRIBUTED BY:
Availability Is subject to change without notice.Kohler Co.reserves the
light to change the design or specifications without notice and without
any obligation or liability whatsoever. Contact your local Kohler Co.
generator distributor for availability. *Kohler ca.I Ws,rasa. AI ndts rand.
61144 (Model K.nd Ku Contactor) wan
•
•
Model: 200ROZJ
4 Cycle
KOHLERYPOWER SYSTEMS 208-600 V Diesel
09001 Standard Features
- w • Kohler Co. provides one-source
M11""-..,.. responsibility for the generating system
Ratings Range and accessories.
60 Hz • The generator set and components are
prototype tested. factory built, and
Standby: kW 200-205 production tested.
kVA 250-256 • The generator set provides one-step
Prime: kW 180-185 load acceptance.
kVA 225-231 • The generator set meets European and
Environmental Protection Agency (EPA)
emissions standards.
• A one-year limited warranty covers all
1, systems and components. Two-, five-,
R- I - and ten-year extended warranties are
also available.
1 3 — • Generator features:
-- 1 c Kohler's unique Fast-Response-
6 I - I,1 I) excitation system delivers the fastest
C i i!l�fe voltage response in the industry.
__aJ . 0 Brushless, rotating-field generator has
1
L L; 1� broadrange reconnectability.
— - o Kohler's permanent magnet-excited
generator (PMG) provides superior
short-circuit capability.
• Other features:
Generator Ratings 0 Controllers are available to meet all
130°C Also ens°c Rise applications. See controller features
Standby Rating Prime Rating Inside.
Generator Voltage P Hz kW/kVA Amps kW/kVA Amps a Low coolant level shutdown protects
120/208 60 200/250 694 180/225 625 the generator set from overheating.
120/240 60 200/250 601 180/225 541 0 Integral vibration isolation eliminates
127/220 60 205/256 672 185/231 607 the need for installation of vibration
139/240 60 205/256 616 185/225 556 spring isolators under the unit.
4UA9 220/380 60 200/250 380 180/225 342
240/416 60 200/250 347 180/1225 312
277/480 60 205/256 308 165/231 278
347/600 60 205/256 247 185/231 223
120/208 60 205/256 711 185/231 642
120/240 60 205/256 616 185/231 556
127/220 60 205/256 672 185/231 607
139/240 60 205/256 616 185/231 556
4UA13 220/380 60 205/256 309 185/231 351
240/416 60 205/256 356 185/231 321
277/480 60 205/256 308 185/231 278
347/600 60 205/256 247 185/231 223
RATINGS.AlIMw Mate units imitated at 00 pwwr leave.Al Angle-snug urn isare rated at 10power leach SMOLDER u gs Standby ratings eppry to UWellelips served bye relable wuM source The
StEllidly rating is apgimpa0varµng lmdsMMe duration of e power outage.Thereto no winced PapadlTy lwNrs rating.Ratings rue In aCCOIdEOCe with ISO. 45Il.BS 5514,A52Th9,and DIN 6271.Prime
Prime grr rwrys apply to installations Mere utility power*unavailable or umelrabe A varying load,the number of generator set owning hours isunla fed.A 10%overload
available
capaoty
Be kw one es m mtb one hour InMAAR Ratings e in dan ISO052e/1,o,erload power n accordance vnlh I50.3046/1.BS 5514.AS 278S,end DIN 6271 For rotted running lime end base bad Tangs
consult ate factory. Gqun the technical information Wlleon(TIB-1011 on romps guidelines fur the mNete ramps definitions The generator set menufecorer reserves the nip ro change the dasignor
spaofimrAnSPA N rub and mlMM anyob'Igalion or hadly'Tetsoe°er. Order separate peeralo set sprees 1w 50 or 60 Nxes fhb model canna Nenpa frequency GENERAL GUIDELINES
FOR DERATION. ALTITUDE No Berate up to 3050 m{1 WN 0) TEMPERATURE Derea 05%per b OR OWE)temperature above 40-C p04"FF)
G5 185 1200ROZJl 11/09
Alternator Specifications
Specifications Generator • Compliance with NEMA, IEEE, and ANSI standards
Manufacturer Kohler for temperature rise.
Type 4-Pole,Rotating Field • Sustained short-circuit current of up to 300% of rated
Exciter type Brushless Permanent current for up to 10 seconds.
Magnet • Sustained short-circuit capability enables downstream
Leads:quantity,type 12,Reconneaable circuit breakers to trip without collapsing the generator
Voltage regulator Solid State,Volts/Hz field,
Insulation: NEMA MG1-1.66
Material Class H • Self-ventilation and dripproof construction.
Temperature 0se) 130°C,Standby • Vacuum-impregnated windings with fungus-resistant
Bearing:quantity,type 1,Sealed epoxy varnish for dependability and long life.
Coupling Flexible Disc
Amartisseur windings Full • Superior voltage waveform from a two-thirds pitch
Voltage regulation,no bad to full load ±2% stator and skewed rotor.
unbalanced load capability 100%of Rated Standby • Solid-state, volts-per-hertz voltage regulator with
Current z2% no-load to full-load regulation.
One-step load acceptance 100%of Rating • Fast-Response- brushless alternator with brushless
Peak motor starting kVk (35%dip for voltages below) exciter for excellent load response.
480 V,380 V 4UA9(12 lead) 700(60 Hz)
480 V,380 V 4UA13(12 lead) 980(60 Hz)
Application Data
Engine Engine Electrical
Engine Specifications 60 Hz 50 Hz Engine Electrical System(12/24 V) 60 Hz 50 Hz
Manufacturer John Deere Battery charging alternator: 24 Volt
Engine:model,type 6081AF001,4-cycle. Ground(negative/positive) Negative
Turbocharged,Aftercooled Volts(DC) 24
Cylinder arrangement 6 In-line Ampere rating 40
Displacement,L(cu.in.) 8.1 (496) Starter motor rated voltage(DC) 24
Bore and stroke,mm(in.) 116 x 129(4.56 x 5.06) Battery,recommended cold cranking
amps(CCA):
Compression ratio 16.5'1 Quantity,CCA rating 2,570
Piston speed,m/sec.(h./min.) 7.7(1515) — Battery voltage(DC) 12
Main bearings:quantity,type 7, Replaceable Insert Fuel
Rated rpm 1800 — Fuel System 60 Hz 50 Hz
Max.power at rated rpm,kWm (BHP) 246(330) — Fuel supply line,min.ID,mm pnJ 11 (0.44)
Cylinder head material Cast Iron
Crankshaft material Forged Steel Fuel return line,min.ID,mm Qn J 6(0.25)
Valve material: Max.lift,engine-driven fuel pump,m(ft.) 0.9(3.0)
Intake Chromium-Silicon Steel Mex.fuel flow,Lph(gph) 255(67.4) —
Exhaust Stainless Steel Fuel prime pump Manual
Governor:type,make/model Mechanical, Fuel filter Primary 8 Microns
Robert Bosch P3000 @ 98%Efficiency
Frequency regulation,no load to full load 3-5% Recommended fuel #2 Diesel
Frequency regulation,steady state 10.33% Lubrication
Air cleaner type,all models Dry Lubricating System 60 Hz 50 Hz
Exhaust Type Full Pressure
Exhaust System 60 Hz 50 Hz Oil pan capacity,L(qts) 31 (32.75)
Exhaust flow at rated kW,ma/min. (cfm) 49(1735) — Oil pan capacity with filter,L(qts.) 32(33.75)
Exhaust temperature at rated kW,dry Oil filter:quantity,type 1,Cartridge
exhaust, °C(°F) 495(920) — Oil cooler Water-Cooled
Maximum allowable back pressure,
kPa(in.Hg) 7.5(2.2)
Exhaust outlet size at engine hookup,
mm(in.) 101.6(4)
as-tas (2QOROZ II/se
Application Data Controllers
Cooling (Standard Radiator) m o l I
Cooling System 60 Hz 50 Hz O _t �tv- q
Ambient temperature, °C(°F) 50(122)' _.�
Engine jacket water capacity,L(gal.) 14.4(3.8) a .-.
Radiator system capacity,including Available Controllers
engine,L(gel.) 30(7.e) Decision-Maker` 340 Controller
Engine jacket water flow,Lpm(gpm) 285(75) - Audio/visual annunciation with NFPA 110,Level 1 capability
Heat rejected to cooling water at rated Programmable microprocessor logic with digital display
kW,dry exhaust.kW(Btu/min.) 135(]]00) — Compatible with 12-volt or 24-volt engine electrical systems
Water pump type Centrifugal Remote start,prime power,remote annunciation,and remote
Fan diameter,including blades,mm(in.) 660(26) communication capability
Fan,kWm(HP) 10.4(14.0) — Decision-Maker` 3c,16-Light Controller
• Audio/visual annunciation with NFPA 110,Level 1 capability
Max.restriction of cooling air,intake and Microprocessor logic with AC meters and engine gauges
discharge side of radiator,kPa(in. H2O) 0.125(0.5) Compatible with 12-volt or 24 volt engine electrical systems
`Weather housing reduces ambient temperature capability by Remote start,prime power,and remote annunciation capability
9°F(5°C). Decision-Maker'" 3.,]-Light Controller
Audio/visual annunciation with NFPA 110,Level 2 capability
Cooling (Optional Systems) Microprocessor logic with AC meters and engine gauges
Remote Radiator System* 60 Hz 50 Hz Compatible with 12-volt or 24-volt engine electrical systems
Remote start,prime power,and remote annunciation capability
Exhaust manifold type Dry Decision-Maker' 1 Controller
Connection sizes: Provides remote or automatic stet with NFPA compliance
Water Inlet,mm On.) 51 (2.0)ID Hose Uses single-light annunciation with basic control functions
Water outlet,mm On.) 64(2.5)ID Hose Relay logic with three models—standard,standard with engine gauges,
Static head allowable and expanded with AC meters and engine gauges
above engine,kPa(ft.H2O) 60(20) Compatible with 12-volt engine electrical systems only
Manual Controller
City Water Cooling(CWC)System 60 Hz 50 Hz Designed for prime power and mobile applications
Exhaust manifold type Dry Uses single-light annunciation with basic control junctions
Connection sizes: Relay logic with AC meters end engine gauges
Compatible with 12-volt engine electrical systems only
Water inlet,in. 0.75 NPT Engine Gauge Box Controller for Paralleling Switchgear
Water outlet,In. 1.5 NPT Interfaces between generator set and switchgear for paralleling
• Contact your local distributor for cooling system options and switchgear applications
specifications based on your specific application. Engine gauges with emergency stop switch
Compatible with 12-volt or 24-volt engine electrical systems
Operation Requirements NOTE: See the respective controller spec sheet for additional controller
Alr Requirements 60 Hz 50 Hz features and accessories.
Radiator-cooled coaling air,
ma/min. (scfm)t 241 (8500) —
Cooling air required for gen.set when
equipped with CWC or remote radiator,
based on 14°C(25°F)rise and ambient
temp.of 29°C(85°F).m3/min. (cfm) 235(8300) —
Combustion air,ins/min.(cfm) 20.0 Q10) —
Heat rejected to ambient air.
Engine,kW(BTU/min.) 44.6(2540) —
Generator,kW(BTU/min.) 188(1070) —
t Air density=1.20 kg/m3 or 0.075 Ibmrft3
Fuel Consumption 60 Hz 50 Hz
Diesel,Lph(gph)at%load Standby Prime
100% 60.8(16.1) —
75% 44.9(11.9) —
50% 30.1 (8.0) —
25% 16.8 (4,4) —
05-185 2001407.4 11190
KOHLER CO.,Kohler,Wisconsin 53044 U.S.A. Kohlere Power Systems
Phone 920-565-3381,Web site www.kohlergenerators.com Asia Pacific Headquarters
Fax 920-459-1646(U.S.A.Sales),Fax 920-459-1614(International) ]Jurong Pier Road
For the newest sales and service outlet in U.S.A.and Canada Singapore 619159
Phone 1-800-544-2444 Phone(65)264-6422, Fax(65)264-6455
Standard Features and Accessories
Additional Standard Features Paralleling System
• Battery Rack and Cables ❑ Load-Sharing Module
• Integral Vibration Isolation ❑ Reactive Droop Compensator
• Cil Drain Extension 0 Remote Speed Adjust Potentiometer/Electronic Governor
• Operation and Installation Literature ❑ Voltage Adjust Potentiometer
• Permanent Magnet-Excited Generator(PMG) ❑ Voltage Regulator Relocation Kit
Accessories Maintenance
Enclosed Unit ❑ General Maintenance Literature Kit
❑ Exhaust Silencer,Critical or Industrial ❑ Maintenance Kit(includes standard air,oil,and fuel filters)
❑ Silencer Mounting Kit far Housing ❑ Overhaul Literature Kit
❑ Sound Shield Enclosure ❑ Production Literature Kit
❑ Tail Pipe and Rain Cap Kit Controller(Decision-Maker' 340 and Decision-Maker' 3.)
❑ Weather Housing ❑ Common Failure Relay Kit
en Unit Communication Products and PC Software
Open ❑ (Decision-Maker" 340 controller only)
❑ Exhaust Silencer,Critical or Industrial ❑ Controller Cable, 12 m(40 ft.)
❑ Flexible Exhaust Connector,Stainless Steel ❑ Customer Connection Kit
Cooling System 0 Dry Contact Kit(isolated alarm)
❑ Block Heater ❑ Engine Prealarm Sender Kit
U City Water Cooling ❑ Prime Power Switch
❑ Radiator Dud Flange ❑ Remote Annunciator Panel
❑ Remote Radiator Cooling 0 Remote AudioMsual Alarm Panel
Fuel System ❑ Remote Emergency Stop Kit
❑ Auxiliary Fuel Pump ❑ Run Relay Kit
U Day Tanks Miscellaneous Accessories
❑ Flexible Fuel Unes ❑
❑ Fuel Pressure Gauge ❑
❑ Subbase Fuel Tanks
Electrical System WEIGHTS AND DIMENSIONS
❑ Battery Overall Size,L x W x H,mm(in.): 2819 x 1143 x 1574
❑ Battery Charger,Equalize/Float Type (111.00 x 45.00 x 61.97)
❑ Battery Heater Weight(Radiator Model),wet kg(Ihs.): 1919(4230)
Engine and Generator —(—
❑ Air Cleaner,Heavy Duty I
❑ Air Cleaner Restriction Indicator
❑ Bus ear Kits H
❑ CSA Cell
❑ Current Transformer
mer Kit
❑ Electronic Isochronous Governor
❑ Generator Strip Heater _ _ D D
❑ Line Circuit Breaker(NEMA type 1 enclosure)
❑ Line Circuit Breaker with Shunt Trip(NEMA type 1 enclosure)
❑ NFPA 110literelure NOTE.
conua Is your local abinauor lot monce re and inforrmmation. rorplanning
❑ Optional Generators wo
❑ Rated Power Factor Testing DISTRIBUTED BY:
❑ Rodent Guards
❑ Safeguard Breaker
❑ Skid End Caps
❑ Voltage Regulation,1%
❑ Voltage Regulator Sensing,Three-Phase
o Kt.*00.1see.,V hyha r....m.
a5.1e5(200R0L4 Ilpe