Loading...
HomeMy WebLinkAboutHogen Electric Inc/City Hall Emergency Generator • i tY� • CONTRACTOR AGREEMENT CITY HALL EMERGENCY GENERATOR REPLACEMENT, CITY OF OSHKOSH THIS AGREEMENT, made on the 2nd day of June, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Hogen Electric Inc., 1131 Limerick Lane, Hartford, WI 53027, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Todd Hogen, President) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Jon Urben, General Services Manager) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated May 12, 2014, attached hereto as Exhibit A, Addendum 1 for the project dated May 21, 2014, attached hereto as Exhibit B, and the Contractor's Bid Form dated May 28, 2014, attached hereto as Exhibit C. Exhibits A, B and C are incorporated into this Agreement. If 1 ,1 S anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement, the CITY'S Bid Specifications and the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by September 1 , 2014. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $72,350, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever 2 A which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Invitation for Bid dated May 12, 2014, attached hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR /CONSULTANT /4,/,(24.- / 11 /4 . �iG � 1110% i. �� P NI—y (Seal of Crntr ctor '`�N% (Specify Title)lit if a Corp a ftio0/EtE i • IN"-R C)RATER/C:. /i/,, 0tVS`I4m\\� 3 . t i X , By: (Specify Title) CITY OF OSHKOSH By: A ,�, ,� �L1/�. Mark A. ohloff, City Manager (Witness) --r/_ And: rj\-d-ri/l__X �; ( fitness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. City Attorney City Comptroller 4 • . $ * * * Bond# 2138447 * PERFORMANCE BOND * * The American Institute of Architects, * * AIA Document No.A312(December, 1984 Edition) * * * Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): OWNER(Name and Address): Hogen Electric, Inc. City of Oshkosh 1131 Limerick Lane 215 Church Avenue, P.O. Box 1130 Hartford,WI 53027 Oshkosh,WI 54903-1130 CONSTRUCTION CONTRACT SURETY(Name and Principal Place of Business): Old Republic Surety Company Date: June 2,2014 445 S. Moorland Road, Suite 200 Amount:$72,350.00(Seventy-Two Thousand Three Hundred Fifty and Brookfield, WI 53005 00/100 Dollars) Description(Name and Location): City Hall Emergency Generator Replacement, City of Oshkosh BOND Date(Not earlier than Construction Contract Date): June 5, 2014 Amount:$72,350.00(Seventy-Two Thousand Three Hundred Fifty and 00/100 Dollars) Modifications to this Bond: IA None ❑ See Page 2 CONTRACTOR AS PRINCIPAL SURETY SU " Company: Hogen Electric, Inc. w�GC4�p r-tL 1�i,lCompany: Old Republic Surety Company (t°oJSEAL l • '/ FC F' r'= Signature: � HP T /C Signature: 1111.„.1 Ldr Name and Title: d4 -t-c-ro • me and Title: Ja.• Braatz,A • ney in Fact •• (Any additional signatures appear on page 2.) �j�/Si•• • (FOR INFORMATION Only-Name, Address and #/ ify,00 OWNER'S REPRESENTATIVE(Architect, Engineer or other AGENT or BROKER:The BrehmerAgency,Inc. party): 12800 W.Silver Spring Drive,Butler,W 53007 T;(262)781-3714 1 The Contractor and the Surety,Jointly and severally, bind them- 3.3 The Owner has agreed to pay the Balance of the Contract Price selves,their heirs,executors,administrators,successors and assigns to the Surety in accordance with the terms of the Construction to the Owner for the performance of the Construction Contract,which Contract or to a contractor selected to perform the Construction is incorporated herein by reference. Contract in accordance with the terms of the contract with the 2 If the Contractor performs the Construction Contract,the Surety and Owner_ the Contractor shall have no obligation under this Bond,except to par- ticipate In conferences as provided In Subparagraph 3.1. 4 When the Owner has satisfied the conditions of Paragraph 3,the 3 If there is no Owner Default/the Surety's obligation under this Bond Surety shall promptly and at the Surety's expense take one of the following actions: shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its 4.1 Arrange for the Contractor with consent of the Owner, to address described in Paragraph 10 below that the Owner is con- perform and complete the Construction Contract;or sidering declaring a Contractor Default and has requested and 4.2 Undertake to perform and complete the Construction Contract attempted to arrange a conference with the Contractor and the itself,through its agents or through independent contractors;or Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. 4.3 Obtain bids or negotiated proposals from qualified contractors If the Owner,the Contractor and the Surety agree,the Contractor acceptable to the Owner for a contract for performance and com- shall be allowed a reasonable time to perform the Construction Con- pletion of the Construction Contract,arrange for a contract to be tract, but such an agreement shall not waive the Owner's right,if prepared for execution by the Owner and the contractor selected any, subsequently to declare a Contractor Default;and with the Owner's concurrence,to be secured with performance 3.2 The Owner has declared a Contractor Default and formally and payment bonds executed by a qualified surety equivalent to terminated the Contractor's right to complete the contract.Such the bonds issued on the Construction Contract,and pay to the Contractor Default shall not be declared earlier than twenty days Owner the amount of damages as described in Paragraph 6 in after the Contractor and Surety have received notice as provided excess of the Balance of the Contract Price incurred by the Owner in Subparagraph 3.1;and resulting from the Contractor's default;or ORSC 22119(10-93) Page 1 of 2 A. ' , , 4.4 Waive its right to perform and complete,arrange for completion, accrue on this Bond to any person or entity other than the Owner or > Or obtain a new contractor and with reasonable promptness under its heirs,executors,administrators or successors. the circumstances: 8 The Surety hereby waives notice of any change,including changes .1 After Investigation,determine the amount for which it may of time, to the Construction Contract or to related subcontracts, be liable to the Owner and, as soon as practicable after purchase orders and other obligations. the amount is determined,tender payment therefor to the 9 Any proceeding, legal or equitable, under this Bond may be Owner;or instituted in any court of competent jurisdiction in the location in which .2 Deny liability in whole or in part and notify the Owner citing the work or part of the work is located and shall be instituted within reasons therefor. two years after Contractor Default or within two years after the Con- s If the Surety does not proceed as provided in Paragraph 4 with tractor ceased working or within two years after the Surety refuses reasonable promptness,the Surety shall be deemed to be in default or fails to perform its obligations under this Bond,whichever occurs on this Bond fifteen days after receipt of an additional written notice first. If the provisions of this Paragraph are void or prohibited by law, from the Owner to the Surety demanding that the Surety perform its the minimum period of limitation available to sureties as a defense Obligations under this Bond,and the Owner shall be entitled to enforce In the jurisdiction of the suit shall be applicable. any remedy available to the Owner.If the Surety proceeds as provided 10 Notice to the Surety,the Owner or the Contractor shall be mailed in Subparagraph 4.4,and the Owner refuses the payment tendered or delivered to the address shown on the signature page. or the Surety has denied liability, in whole or in part,without further 11 When this Bond has been furnished to comply with a statutory or notice the Owner shall be entitled to enforce any remedy available other legal requirement in the location where the construction was to the Owner. to be performed,any provision in this Bond conflicting with said statu- 6 After the Owner has terminated the Contractor's right to complete tort'or legal requirement shall be deemed deleted herefrom and the Construction Contract, and if the Surety elects to act under provisions conforming to such statutory or other legal requirement Subparagraph 4.1,4.2, or 4.3 above,then the responsibilities of the shall be deemed incorporated herein. The intent is that this Bond shall Surety to the Owner shall not be greater than those of the Contractor be construed as a statutory bond and not as a common law bond. under the Construction Contract,and the responsibilities of the Owner 12 DEFINITIONS to the Surety shall not be greater than those of the Owner under the 12.1 Balance of the Contract Price The total amount payable by Construction Contract.To the limit of the amount of this Bond, but the Owner to the Contractor under the Construction Contract after subject to commitment by the Owner of the Balance of the Contract all proper adjustments have been made,including allowance to Price to mitigation of costs and damages on the Construction the Contractor of any amounts received or to be received by the Contract,the Surety is obligated without duplication for: Owner in settlement of insurance or other claims for damages to 6.1 The responsibilities of the Contractor for correction of defec- which the Contractor is entitled, reduced by all valid and proper tive work and completion of the Construction Contract; payments made to or on behalf of the Contractor under the Construction Contract. 6.2 Additional legal design professional and delay costs resulting 12.2 Construction Contract:The agreement between the Owner from the Contractor's Default,and resulting from the actions or and the Contractor identified on the signature page, including all failure to act of the Surety under Paragraph 4;and Contract Documents and changes thereto. 6.3 Liquidated damages,or if no liquidated damages are sped- 12.3 Contractor Default:Failure of the Contractor,which has neither fied in the Construction Contract. actual damages caused by been remedied nor waived,to perform or otherwise to comply with delayed performance or non-performance of the Contractor. the terms of the Construction Contract. 7 The Surety shall not be liable to the Owner or others for obligations 12.4 Owner Default: Failure of the Owner,which has neither been of the Contractor that are unrelated to the Construction Contract and remedied nor waived,to pay the Contractor as required by the the Balance of the Contract Price shall not be reduced or set off on Construction Contract or to perform and complete or comply with account of any such unrelated obligations. No right of action shall the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL (Corporate Seal) SURETY (Corporate Seal) Company: Company: Address: Address: Name and Title: Name and Title: Signature: Signature: ORSC 22119(10-93) Page 2 of 2 * * * * Bond# 2138447 l PAYMENT BOND * l * The American Institute of Architects,AIA Document No.A312 (December, 1984 Edition).Any singular reference to Contractor,Surety, * ♦r * Owner or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Principal Place of Business): Hogen Electric, Inc. Old Republic Surety Company 1131 Limerick Lane 445 S. Moorland Road, Suite 200 Hartford,WI 53027 Brookfield,WI 53005 OWNER(Name and Address): City of Oshkosh 215 Church Avenue, P.O. Box 1130 Oshkosh,WI 54903-1130 CONSTRUCTION CONTRACT Date: June 2, 2014 Amount:$72,350.00(Seventy-Two Thousand Three Hundred Fifty and 00/100 Dollars) Description(Name and Location): City Hall Emergency Generator Replacement, City of Oshkosh BOND Date(Not earlier than Construction Contract Date): June 5, 2014 Amount: $72,350.00(Seventy-Two Thousand Three Hundred Fifty and 00/100 Dollars) Modifications to this Bond: ® None ❑ See Page 2 CONTRACTOR AS PRINCIPAL SURETY Company: Hogen Electric, Inc. (Co 14110 Company: Old Republic Surety Company (c go,SEAL`; ) �cQORATF��i�i --- .w9GE • � ' N ELECTRIC•. _ Signature: Name and Title: e, �p -':: ► D `� 1Vart1p and Title:Jason A raatz,Attorna■-in-Fact V i (Any additional signatures anoear on page 2.) �G Ll:•.. ,•: (FOR INFORMATION ONLY—Name,LY—Name;Address and Teli�� r5;SWAN,' REPRESENTA IVE(Architect, Engineer or other AGENT or BROKER: g 11" party): 12800 W.Silver Spring Drive,Butler,W 53007 T:(262)781-3714 1 The Contractor and the Surety,jointly and severally, bind them- 4.1 Claimants who are employed by or have a direct contract with the selves,their heirs,executors,administrators,successors and assigns Contractor have given notice to the Surety(at the address described to the Owner to pay for labor,materials and equipment furnished for in Paragraph 12)and sent a copy,or notice thereof,to the Owner, use in the performance of the Construction Contract,which is incor- stating that a claim is being made under this Bond and,with sub- porated herein by reference. stantial accuracy,the amount of the claim. 2 With respect to the Owner,this obligation shall be null and void if 41 Claimants who do not have a direct contract with the Contractor: the Contractor: .1 Have furnished written notice to the Contractor and sent a copy, 2.1 Promptly makes payment,directly or indirectly,for all sums due or notice thereof,to the Owner,within 90 days after having last Claimants,and performed labor or last furnished materials or equipment included 2.2 Defends, indemnifies and holds harmless the Owner from in the claim stating,with substantial accuracy,the amount of the claims,demands, liens or suits by any person or entity whose claim and the name of the party to whom the materials were fur- claim,demand,lien or suit is for the payment for labor,materials nished or supplied or for whom the labor was done or performed; or equipment furnished for use in the performance of the Construe- and tion Contract, provided the Owner has promptly notified the Con- .2 Have either received a rejection in whole or in part from the Con- tractor and the Surety(at the address described in Paragraph 12) tractor,or not received within 30 days of furnishing the above notice of any claims:demands,liens or suits and tendered defense of any communication from the Contractor by which the Contractor such claims, demands, liens or suits to the Contractor and the has indicated the claim will be paid directly or indirectly; and Surety,and provided there is no Owner Default. .3 Not having been paid within the above 30 days, have sent a 3 With respect to Claimants,this obligation shall be null and void if written notice to the Surety(at the address described in Paragraph the Contractor promptly makes payment,directly or indirectly,for all 12)and sent a copy,or notice thereof,to the Owner,stating that sums due. a claim is being made under this Bond and enclosing a copy of 4 The Surety shall have no obligation to Claimants under this Bond until: the previous written notice furnished to the Contractor. ORIC 22114(7-93) Page 1 of 2 • 5 If a notice required by Paragraph 4 is given by the Owner to the Con- Paragraph are void or prohibited by law,the minimum period of limi- tractor or to the Surety,that is sufficient compliance. tation available to sureties as a defense in the jurisdiction of the suit 6 When the Claimant has satisfied the conditions of Paragraph 4,the shall be applicable. Surety shall promptly and at the Surety's expense take the following 12 Notice to the Surety,the Owner or the Contractor shall be mailed actions: or delivered to the address shown on the signature page.Actual 6.1 Send an answer to the Claimant,with a copy to the Owner, receipt of notice by Surety,the Owner or the Contractor,however within 45 days after receipt of the claim, stating the amounts that accomplished, shall be sufficient compliance as of the date received are undisputed and the basis for challenging any amounts that are at the address shown on the signature page. disputed. 13 When this Bond has been furnished to comply with a statutory or 6.2 Pay or arrange for payment of any undisputed amounts. other legal requirement in the location where the construction was 7 The Surety's total obligation shall not exceed the amount of this to be performed,any provision in this Bond conflicting with said statu- Bond,and the amount of this Bond shall be credited for any payments tory or legal requirement shall be deemed deleted herefrom and made in good faith by the Surety. provisions conforming to such statutory or other legal requirement 8 Amounts owed by the Owner to the Contractor under the Construc- shall be deemed incorporated herein.The intent is that this Bond shall tion Contract shall be used for the performance of the Construction be construed as a statutory bond and not as a common law bond. Contract and to satisfy claims,if any, under any Construction Perfor- 14 Upon request by any person or entity appearing to be a potential mance Bond. By the Contractor furnishing and the Owner accepting beneficiary of this Bond,the Contractor shall promptly furnish a copy this Bond,they agree that all funds earned by the Contractor in the of this Bond or shall permit a copy to be made. performance of the Construction Contract are dedicated to satisfy obli- 15 DEFINITIONS gations of the Contractor and the Surety under this Bond, subject to 15.1 Claimant:An individual or entity having a direct contract with the Owner's priority to use the funds for the completion of the work. the Contractor or with a subcontractor of the Contractor to furnish 9 The Surety shall not be liable to the Owner,Claimants or others for labor,materials or equipment for use in the performance of the obligations of the Contractor that are unrelated to the Construction Contract.The intent of this Bond shall be to include without limi- Contract.The Owner shall not be liable for payment of any costs or tation in the terms"labor, materials or equipment"that part of expenses of any Claimant under this Bond,and shall have under this water,gas,power, light, heat,oil,gasoline,telephone service or Bond no obligation to make payments to,give notices on behalf of, rental equipment used in the Construction Contract,architectural or otherwise have obligations to Claimants under this Bond. and engineering services required for performance of the work of 10 The Surety hereby waives notice of any change,including changes the Contractor and the Contractor's subcontractors, and all other of time,to the Construction Contract or to related subcontracts, pur- items for which a mechanic's lien may be asserted in the jurisdic- chase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this tion where the labor,materials or equipment were furnished. Bond other than in a court of competent jurisdiction in the location 15.2 Construction Contract:The agreement between the Owner in which the work or part of the work is located or after the expiration and the Contractor identified on the signature page,including all of one year from the date(1)on which the Claimant gave the notice Contract Documents and changes thereto. required by Subparagraph 4.1 or Clause 4.23,or(2)on which the last 15.3 Owner Default: Failure of the Owner,which has neither been labor or service was performed by anyone or the last materials or remedied nor waived,to pay the Contractor as required by the Con- equipment were furnished by anyone under the Construction Con- struction Contract or to perform and complete or comply with the tract,whichever of(1)or(2)first occurs. If the provisions of this other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) (Corporate Seal) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: Signature: Signature: Name and Title: Name and Title: Address: Address: Page 2 of 2 * * :4 OLD REPUBLIC SURETY COMPANY * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: RANDY L.BREHMER,CYNTHIA J BREHMER,LAWRENCE A MICHAEL,TERENCE R.GESZVAIN,JASON A.BRAATZ,MELISSA HACKSTEIN,CHRIS BREHMER, LINDA PUPP,JOHN CHARLES SLATTERY,OF BUTLER,WI its true and lawful Attorney(s)-in-Fact;with full power and authority,not exceeding$20,000,000,for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bonds,mortgage deficiency bonds,mortgage guaranty bonds,guarantees of installment paper and note guaranty bonds,self-insurance'workers compensation bonds guaranteeing payment of benefits,asbestos abatement contract bonds,waste management bonds,hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF SIX MILLION DOLLARS($6,000,000) FOR ANY SINGLE OBLIGATION,REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION: and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless printedon colored background and is multi-colored, This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982: This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii)when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,that the signature Many authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 2ND day of APRIL,2014. " r OLD REPUBLIC SURETY COMPANY Piqerk:.6. :tor. .. -° SEAL Asst.PA Sex err % STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS ^+ ,*4411 ?" President On this 2ND day of APRIL,2014 ,personally came before me, Alan Pavlic and Phyllis M.Johnson ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. ads 'tA v • , Notary Public �t,?,x My commission expires: 9/28/2014 CERTIFICATE (Expiration of notary commission does not invalidate this instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. 24-4544 a �� Signed and sealed at the City of Brookfield,WI this �J day of / LO14.' fir*O } SEALj 41111111. (12 „, As9star.1 Scc ,. THE BREHMER AGENCY,INC T HIS DOCUMEtII HAS'A COLORED BACKGRoU JD AND IS MO—Ti-COLORED O 1 THE l-ACL. 1 HL COMPANY LOGO APPEARS ON -IL _ r BACK OF THIS DOCUMENT AS it WATERMARK IF THESE FEATURES ARF ABSENT THIS DOCUMENT IS VOID. 22851-V .-A/1///45/7— City �9 City of Oshkosh, Wisconsin Invitation for Bids For Emergency Generator Replacement: Oshkosh City Hall May 12, 2014 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.us CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: EMERGENCY GENERATOR REPLACEMENT: OSHKOSH CITY HALL, AT 1:00 PM, WEDNESDAY, MAY 28,2014, at which time all bids will be publicly opened and read in Room 404. 2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. Receipt of a bid/proposal by the mail system or other City departments does not constitute receipt of a bid/proposal by the City Clerk's office. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope,the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "EMERGENCY GENERATOR REPLACEMENT: OSHKOSH CITY HALL." Any bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email)will not be accepted. 5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 8. All formal bids submitted shall be binding for thirty-five (35) calendar days following the bid opening date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 2 10. If the bid is accepted, the bidder must execute and file the proper contract within ten (10) days after award by the Common Council and receipt of the contract form for signature. In case the successful bidder shall fail to execute and deliver the Contract and Performance Bond within the time limited by the City, the amount of the bid bond shall be forfeited to the City of Oshkosh as liquidated damages. 11. The City reserves the right to reject any and all bids and to waive any informality in bidding. 12. For specifications and further information concerning this invitation to bid, contact Jon Urben, General Services Manager, email: jurben @ci.oshkosh.wi.us or telephone (920)236-5100. Mark A Rohloff City Manager PUBLISH: May 3 and 10,2014 3 . • • - CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with"equal"materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials 4 . . • .. 1 are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all 5 • • ^ w prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation,taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3/13 6 $ Emergency Generator Replacement: Oshkosh City Hall GENERAL INFORMATION The City of Oshkosh (herein referred to as the City) is requesting bids from interested firms for Emergency Generator Replacement within the Oshkosh City Hall complex located at 215 Church Avenue, Oshkosh, WI 54901. It is the responsibility of the bidder to carefully read the entire bid packet listed herein which contains all provisions applicable to successful completion and submission of a bid. Contact Information- Owner City of Oshkosh 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 Jon Urben, General Services Manager (920) 236-5100 jurben@ci.oshkosh.wi.us Mandatory Pre-Bid Walkthrough Meeting The City of Oshkosh will hold a mandatory pre-bid walkthrough meeting for all qualified contractors on Monday, May 12, 2014 at 9:00 a.m. beginning in the City Hall Lobby, 215 Church Avenue, Oshkosh, WI 54901. The meeting will include a general overview of the project. Each attendee's contact information will be gathered at this meeting. Answers to all questions submitted during this meeting will be shared to all qualified bidders in a written form according to the Project Schedule attached herein. Oral statements may not be relied upon and will not be binding or legally effective. Any bid proposals from qualified bidders that do not attend the mandatory pre-bid walkthrough will not be accepted. Pre-Qualification Contractors must be qualified to submit a bid for this project. This shall be done on forms furnished by the City of Oshkosh, Wisconsin and must be filled out in a proper manner and then submitted to the General Services Manager for consideration not later than Friday, May 23, 2014. The General Services Manager's decision as to qualifications will be final. A copy of this form is included within the bid specifications. Interpretations Approved Equals and Addenda: Bidders may submit questions or comments at the Pre-Bid Meeting or by email. Inquiries made after the pre-bid must be emailed by Noon on Monday, May 19, 2014 to Jon Urben at jurben(a�ci.oshkosh.wi.us. Any revisions or addendums to the bid document shall be emailed to all bidders that participated in the mandatory Pre-Bid Walkthrough Meeting. 7 . % The specifications listed in this IFB are the minimum acceptable. The specifications are intended as non-restrictive. When not bidding on all particulars as specified, the bidder may offer that product to be an approved equal. All approved equals shall be pre-approved by formal written bid addenda. Request for approved equals and clarification of specifications must also be received via email by Noon on Monday, May 19, 2014. Any requests for approved equals must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information within the given time frame will result in disqualification of such requests. Any addenda will be sent out no later than Method of Award Award shall be made on the basis of the criteria below. Award is anticipated to be made as soon as possible following review of bid documents and award by the City of Oshkosh. Bidders will be notified indicating award of the contract. In determining the successful bidder, evaluation will be based on the following criteria: 1. Cost: bids shall be reviewed on competitiveness of cost; 2. Warranty and proposed project schedule; 3. Responsiveness: bids and other required submittals shall be reviewed on fulfillment of requirements established in this IFB. This includes meeting or exceeding minimum specifications or approved equals. This also includes all other requirements pertaining to the bid schedule and other required forms; 4. If the contract is to be awarded, City will award the contract to the lowest responsive, responsible bidder. Bidders who submit and/or require contractual terms and conditions that are not acceptable to the City, but are considered by the contractor as a condition of their undertaking the City's project, will not be considered a responsible bidder by the City and their bid may be rejected for that reason. Insurance The successful bidder shall not commence work under this agreement until it has obtained all necessary insurance requirements as listed within the attached City of Oshkosh Insurance Requirements. Bid and Performance Bond See the City of Oshkosh Insurance Requirements for any bid and/or performance bond requirements for this project. 8 Contractor Agreement Template The successful party awarded this contract will be expected to enter into a contract that is substantially similar to the sample attached. Bidders do not need to sign or complete this form as part of their bid submittal. Prevailing Wage Requirements The bidder is responsible in verifying if this project is subject to State of Wisconsin Department of Workforce Development Prevailing Wage Requirements and providing the City with any documentation of that determination or related requirements. Document Deliverables By conclusion of the project the proposer shall provide the City with the following document deliverables: 1. Two (2) high resolution PDF copies of the final approved plan designs; 2. Two (2) larger format blueprints of the final approved designs; 3. All warranty documents; 4. Any other documents as specified within their proposal. Permits The Contractor shall be fully responsible for obtaining (and paying for) all required approvals, permits, licenses, inspections and certificates for this installation. As this is a City of Oshkosh project there will be no fees for permits for the City of Oshkosh. Safety and Hazardous Materials Contractor shall be solely responsible for initiating, maintaining and supervising all safety programs and precautions and shall comply with all applicable safety laws, good industry standards or practices, and take all reasonable precautions for the safety of their workers, City property, the Public and City of Oshkosh employees, guests and/or vendors. Product Delivery, Installation, Site Organization and Clean Up 1. Work shall be done during regular working hours until complete. The work must be specifically authorized by City of Oshkosh representatives. 2. All work schedules shall be submitted and coordinated in advance to the designated authorized City of Oshkosh representatives. 3. Contractor shall keep work areas orderly and free from debris during the course of installation and clean up on a daily basis. If areas are not kept clean the City of Oshkosh may demand immediate clean up or clean those areas and deduct such costs from the contract. 4. Contractor shall regularly remove trash, materials, cartons, etc. generated by their work from the premises. 9 5. Protect all materials stored on site as well as work in progress from damage by others. Damage resulting from improper storage, handling or during installation shall be the sole responsibility of the Contractor. Warranty The installed equipment shall be warranted by the manufacturer for one (1) year on the workings of the equipment. The contractor shall warrant their installation work for one (1) year from defects in workmanship. The warranty date shall start on the date of the final acceptance of the system by the City of Oshkosh. Time of Completion The contractor shall have all systems installed, tested and operational no later than 9/1/14, provided they can work around the City's schedule. Project Schedule The following schedule provides events and deadlines for this project: Invitation for Bids Issued 5/3 & 5/10, 2014 Mandatory Pre-Bid Walkthrough 5/12/14- 9:00 a.m. Deadline to Receive Questions from Bidders 5/19/14- Noon Posting of Answers to Proposer's Questions 5/21/14 Contractor Pre-Qualifications Deadline 5/23/14 Proposals Due 5/28/14- 1:00 p.m. Proposals Review/Contractor Selection 5/29/14- 6/2/14 Anticipated Bid Award 6/10/14 Anticipated Notice to Proceed 6/11/14 Testing/Acceptance/Project Completion By 9/1/14 10 City of Oshkosh Insurance Requirements 11 , . 7/16/12 CITY OF OSHKOSH INSURANCE REQUIREMENTS II. CONTRACTOR'S INSURANCE WITHOUT PROPERTY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. INSURANCE REQUIREMENTS FOR CONTRACTOR—LIABILITY& BONDS A. Commercial General Liability coverage at least as broad as Insurance Services Office Commercial General Liability Form, including coverage for Products Liability, Completed Operations, Contractual Liability, and Explosion, Collapse, Underground coverage with the following minimum limits and coverage: 1. Each Occurrence limit $1,000,000 2. Personal and Advertising Injury limit $1,000,000 3. General aggregate limit (other than Products–Completed Operations) per project $2,000,000 4. Products–Completed Operations aggregate $2,000,000 5. Fire Damage limit—any one fire $50,000 6. Medical Expense limit—any one person $5,000 7. Watercraft Liability, (Protection & Indemnity coverage)"if" the project work includes the use of, or operation of any watercraft, then Watercraft Liability insurance must be in force with a limit of$1,000,000 per occurrence for Bodily Injury and Property Damage. 8. Products–Completed Operations coverage must be carried for two years after acceptance of completed work. B. Automobile Liability coverage at least as broad as Insurance Services Office Business Automobile Form, with minimum limits of $1,000,000 combined single limit per accident for Bodily Injury and Property Damage, provided on a Symbol #1– "Any Auto" basis. C. Workers' Compensation as required by the State of Wisconsin, and Employers Liability insurance with sufficient limits to meet underlying Umbrella Liability insurance requirements. If applicable for the work coverage must include Maritime (Jones Act) or Longshoremen's and Harbor Workers Act coverage. D. Umbrella Liability providing coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. II - 1 7/16/12 E. Aircraft Liability, "if" the project work includes the use of, or operation of any aircraft or helicopter, then Aircraft Liability insurance must be in force with a limit of $3,000,000 per occurrence for Bodily Injury and Property Damage including Passenger liability and including liability for any slung cargo. F. Builder's Risk / Installation Floater / Contractor's Equipment or Property - The contractor is responsible for loss and coverage for these exposures. City of Oshkosh will not assume responsibility for loss, including loss of use, for damage to property, materials, tools, equipment, and items of a similar nature which are being either used in the work being performed by the contractor or its subcontractors or are to be built, installed, or erected by the contractor or its subcontractors. G. Also, see requirements under Section 3. H. Bond Requirements 1. Bid Bond. Bids that are $25,000 or greater will require the contractor to provide to the owner a Bid Bond, which will accompany the bid for the project. The Bid Bond shall be equal to 5 percent of the contract bid. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 2. Payment and Performance Bond. If awarded the contract, bids that are $25,000 or greater will require the contractor to provide to the owner a Payment and Performance Bond in the amount of the contract price, covering faithful performance of the contract and payment of obligations arising thereunder, as stipulated in bidding requirements, or specifically required in the contract documents on the date of the contract's execution. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 3. Acceptability of Bonding Company. The Bid, Payment and Performance Bonds shall be placed with a bonding company with an D®mom-ating of no less than A- and a Financial Size Category of no less than Class VI. 2. INSURANCE REQUIREMENTS FOR SUBCONTRACTOR All subcontractors shall be required to obtain Commercial General Liability (if applicable Watercraft liability), Automobile Liability, Workers' Compensation and Employers Liability, (if applicable Aircraft liability) insurance. This insurance shall be as broad and with the same limits as those required per Contractor requirements, excluding Umbrella Liability, contained in Section 1 above. II - 2 7/16/12 3. APPLICABLE TO CONTRACTORS /SUBCONTRACTORS /SUB-SUB CONTRACTORS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an EJ® =rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must include Products —Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of work. This does not apply to Workers Compensation Policies. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk —City of Oshkosh. tl - 3 A`_., ' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YW) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agency contact NAME: Information,Including street Insurance Agent's address and PO Box if PHONE contact information. FAX applicable. WC.No.Ems: OJC.No): E-MAIL - ---- ADDRESS: INSURERS)AFFORDING COVERAGE i NAIC# INSURER A: ABC Insurance Company 1 NAIC# INSURED :Insured's contact information, including name,address and INSURER B: XYZ Insurance Company_ j NAIC#__ phone number. INSURER c: LMN Insurance Company NAIC# INSURER D: insurer(s)must have a minimum A.M.Best rating ofA- and a Financial Performance Rating of VI or better. INSURER E: I INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 1 ADDL SUBR POLICY EFF POLICY EXP ' LTR 1 TYPE OF INSURANCE INSR ' two POLICY NUMBER I (MM/DD/YYY) (MM/DD/YYY) LIMITS :GENERAL LIABILITY 1---, I I EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED •®;COMMERCIAL GENERAL LIABILITY Ii ❑ Dm®®m ❑ p A I E !PREMISES(Ea occurrence) $50,000 I❑!CLAIMS-MADE I®',OCCUR I EXP(Any one person) $5,000 ® ISO FORM CG 20 37 OR EQUIVALENT i ;PERSONAL&ADV INJURY $ 1,000,000 ❑I I f GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS–COMP/OPAGG $2,000,000 ❑1POLICY ®,•PRO i❑LOC I j $ :AUTOMOBILE LIABILITY ; 'COMBINED SINGLE LIMIT Ea accident $ 1,000,000 '®I ANY AUTO ® ❑ I-1 ❑®®m® 0 BODILY INJURY(Per person) $ B ALL OWNED SCHEDULED I II—I: !❑j AUTOS 1 i 'BODILY INJURY(Per accident) $ NON-OWNED i ;PROPERTY DAMAGE HIRED AUTOS ❑I AUTOS I(Per accident) $ Ell ,1111 1 $ ®`UMBRELLA LIAB j®!OCCUR E ® ❑ F EACH OCCURRENCE $2,000,000 A LJEXCESS LIAB ❑ CLAIMS-MADE DD®®m,T„IF ❑ ;_-_- � !AGGREGATE $2,000,000 ❑DED j®!RETENTION$10,000 WORKERS COMPENSATION $ C AND EMPLOYERS'LIABILITY ❑ El ®'WC STATU- El OTH- IANY PROPRIETOR/PARTNER/EXECUTIVE ;TORY LIMITS ER OFFICE/MEMBER EXCLUDED? Y/N D Dim®®®! ❑ E.L.EACH ACCIDENT $ 100,000 !(Mandatory in NH) N Dm® rr If yes,describe under i I I E.L.DISEASE–EA EMPLOYEE $100,000 .DESCRIPTION OF OPERATIONS below I !E.L.DISEASE–POLICY LIMIT $500,000 ❑ ❑ 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Additional Insureds on all Liability Policies arising out of project work shall be City of Oshkosh,and its officers,council members,agents, employees and authorized volunteers. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn: City Clerk Insurance Standard II SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reservec ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD City of Oshkosh Contractor Pre-Qualification Form 12 h F ****MUST BE ON FILE 5 DAYS PRIOR TO SOLICIATION DUE DATE**** Vendor is responsible to update annually CITY OF OSHKOSH CONTRACTOR QUALIFICATION FORM Company Information Company Name: Complete Address: Phone: Fax: State Contractor's License #: State Public Works Contractor's License#: Other Applicable Licenses: Union Affiliation: Work Trades Performed: Type of Company: [ ] Corporation [ ] Partnership [] Sole Proprietorship Federal Tax ID#: Company Contact: Email Address: Date Formed: Number of Employees: Salaried: Hourly: Bank Reference Lenders Name and Address Lending Officers Name and Phone Number Completed Projects List four(4)representative projects completed in the last five(5)years Project Name Contracting Company Contact Name/Phone# Contract Amount Current Projects List four(4)representative projects currently under construction Project Name Contracting Company Contact Name/Phone# Contract Amount ' 't T Trade References List three(3)of your subcontractors or suppliers Company Name Address Phone# Contact Name Client References List three(3)clients Company Name Address Phone# Contact Name Other Information In the past five years has your company failed to complete a contract or had a contract terminated? [] Yes []No In the past five years,has your company had any liens filed against it by any subcontractors or suppliers? []Yes []No Has your company ever had liquidated damages assessed against it? [] Yes []No Has your company or any of its employees been involved in a lawsuit related to a project?[] Yes []No Has your company been investigated for any violations of local, state,or federal laws? []Yes []No Has your company or any of its employee's been investigated for violation of any labor laws? [] Yes []No Provide a detailed description of the circumstances behind any"yes"answers given above below: h I City of Oshkosh Sample Contractor Agreement 13 M CONTRACTOR AGREEMENT- SAMPLE THIS AGREEMENT, made on the th day of , 20 , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Contractor Name., address hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor,for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Contractor Project Manager Name & Title) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (City Project Manager Name & Title) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated , attached hereto as Exhibit A, and the Contractor's"Project Bid Proposal Form" dated , attached hereto as Exhibit B. Both Exhibit A and B are incorporated into this Agreement. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement, the CITY'S Bid Specifications and the provisions in this agreement shall govern. 1 The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $ , adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any 2 violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Bid Specifications dated , attached hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR /CONSULTANT By: (Seal of Contractor (Specify Title) if a Corporation.) By: 3 (Specify Title) CITY OF OSHKOSH By: Mark A. Rohloff, City Manager (Witness) And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. City Attorney City Comptroller 4 Emergency Generator Replacement: Oshkosh City Hall ELECTRICAL RISER DIAGRAM E1.0 14 V m Cl U 3OIAU3S ONI11f1SNO0/N0IS30 IVOIH10313 € £O6b9 IM'HSO>IHSO o+ SL01-6L9•DZ6 1130 € o E Q SL16b60-OZ63NOHd3l31 3f1N3/�`d HOafiHO 5lZ 1-o N- f LCYS IM AV9 N33N0 9 c 2 3Nb'1 MOVE 31dW3100EL 1N3W30t/Id32I LIOl�i3N3�J J.0N3�J2l3W3 w W IIHH.1110'HSO>IHSO JO A110 € , m g uI 0 g WI 195111 MUM 2 a 1E ce I 2 ° '9 H a 3 d O E0 a Jozoz 1! -yyyy - o Wro Ira it s' r14 :1,2 x $2€ 34 4 �9 o 7 �� N.5- 2 41 6 X23 of .k IHii li ar tAu ff- t �r Q ml di ;!;; a 121 3314 � zl= P ' P 1IN ill Og ga ;oil $IP WWu gi 0 g u y wl wm i l ! I W$/� o t ! p x L� 6 & a <� � p3Lyt0 Z O�T qF F PI .�a- to 8 $boo$ -- �r� a�L�_ $ pi � ou: uu 1 11 WAY Wq= w E 6ili d 'i 2t t di 2 itt i s i E 1 4) 0 0 8 ® a € 0 a lr ! �A o 1 hh LL`}F4 $0 li P 4 • 2 Z E1 3a �b ��2 iP X11 51 W oit 5 li; m g ;111113 all F- U) Zon4 O df� b 36w ° �Spo G3 "It E x914 gill ; IS " I WI 1 41141 /ilt ei li I !I e 1 1 t [ Iti 1"Rgg° lag 11 11 1/2 1-1' g 51 f glt 21agi ill ' § WOZ 44 20.1 Aid 21 li hi 14 lim le „ , 7% \ __ _ _, -] t; a7,W OA p O O I ns — , W gi 4 1 0 ilitl 3/ 4 !I P 4 WI 4 li h 0 i 11 o c15 I lig 20h hi 4 2 Emergency Generator Replacement: Oshkosh City Hall SPECIFICATIONS SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL 15 SECTION 260500 - COMMON WORK RESULTS FOR ELECTRICAL PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. This Section includes raceways, conductors and cables, grounding materials, boxes, electrical identification materials, support and anchorage components, and sleeves required for electrical system installation. B. The work is to include a complete electrical system in accordance with these specifications, accompanying drawings, and all pertinent state, local, and national codes pertaining to this installation. All labor and materials needed to provide a complete and proper electrical installation shall be included in electrical contractors base bid price. C. Minor items and accessories reasonably inferred as necessary for the completion and successful operation of the electrical systems shall be furnished and installed as if so specified or indicated on electrical plans and/or in electrical specifications. D. Should the electrical contractor, in going over the electrical plans and specifications, recognize any points which to them seem to be insufficiently or improperly cared for, or any necessary items or equipment omitted to the extent of jeopardizing the systems integrity, or the guarantee, which electrical contractor shall provide, it is the responsibility of the electrical contractor to state such conditions to electrical designer in writing immediately so as to correct such items during bid process. If this condition is not complied with, it will be assumed that the systems covered in these documents are satisfactory to the contractor, and they shall be held bound to their guarantee. PART 2 - PRODUCTS 2.1 RACEWAYS A. Raceways: 3/4 inch for exterior underground use and 1/2 inch elsewhere, unless otherwise indicated. Use of each type restricted as indicated by product. 1. EMT: ANSI C80.3, zinc-coated steel, with set-screw or compression fittings allowed permitted to be used in sizes 1-1/4 inch and smaller for use only in indoor dry locations where: a. Not subject to damage. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 1 b. Not in contact with the earth. c. Not in concrete slabs-on-grade. 2. Schedule 40 Polyvinyl Chloride (PVC) Conduit: Allowed for use only underground or below concrete with galvanized rigid steel or IMC elbows and risers. All conduit installed in poured conduit, under grade, or in contact with earth shall be this conduit or heavy wall rigid. 3. Prohibited raceway materials: a. Aluminum conduit. b. Armored cable type AC (BX) cable. B. Raceway and Conduit Fittings: 1. Rigid Steel Conduit and IMC — Threaded and designed for conduit use for power systems 1-1/2 inch and larger.. 2. EMT — Steel set screw. 3. PVC Conduit — Use PVC adapters at all boxes; all components shall be by same manufacturer. 4. Prohibited Fitting Materials: a. Crimp-on, tap-on, indenture type fittings. b. Cast set-screw fittings for EMT. c. Spray (aerosol) PVC cement. 2.2 CONDUCTORS AND CABLES A. Conductors: All wire shall be rated 600 volts and made of soft drawn copper. Minimum wire size shall be No. 12 AWG. Code grade type THHN, or THWN. Electrical Contractor shall be responsible for wire upsizing for any circuitry extending 100'-0" to prevent voltage drops. Nonmetallic-sheathed cable shall not be permitted on this project in any installation. 2.3 GROUNDING MATERIALS A. Complete raceway systems shall be properly grounded per NEC article 250 to provide a continuous ground system from source to all outlet boxes and all equipment. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 2 2.4 ELECTRICAL IDENTIFICATION MATERIALS A. Raceway Identification Materials: Self-adhesive, color-coding vinyl tape; flexible, preprinted, self-adhesive vinyl. B. Underground-Line Warning Tape: Permanent, bright-colored, continuous- printed, polyethylene tape with continuous metallic strip or core. C. Equipment Identification Labels: Engraved, laminated acrylic or melamine label; punched or drilled for screw mounting. White letters on a dark-gray background; red letters for emergency systems. 2.5 SUPPORT AND ANCHORAGE COMPONENTS A. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed under this Project, with a minimum structural safety factor of five times the applied force. B. Steel Slotted Support Systems: Comply with MFMA-3, factory-fabricated components for field assembly, and provide finish suitable for the environment in which installed. 1. Channel Dimensions: Selected for structural loading. C. Raceway and Cable Supports: As described in NECA 1. D. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and fittings. E. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded malleable-iron body and insulating wedging. F. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. G. Mounting, Anchoring, and Attachment Components: 1. Powder-Actuated Fasteners: Threaded-steel stud. 2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in hardened Portland cement concrete. 3. Concrete Inserts: Steel or malleable-iron, slotted-support-system units similar to MSS Type 18; complying with MFMA-3 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, high strength; complying with ASTM A 325. 6. Toggle Bolts: All-steel springhead type. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 3 7. Hanger Rods: Threaded steel. 2.6 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Sleeves for Rectangular Openings: Galvanized-steel sheet. C. Sleeve Seals: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Plastic. Include two for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.7 GROUT A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, non-corrosive, non-staining, mixed with water to consistency suitable for application and a 30-minute working time. PART 3 - EXECUTION 3.1 GENERAL ELECTRICAL EQUIPMENT INSTALLATION REQUIREMENTS A. Install electrical equipment to allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. B. Install electrical equipment to provide for ease of disconnecting the equipment with minimum interference to other installations. C. Install electrical equipment to allow right of way for piping and conduit installed at required slope. D. Install electrical equipment to ensure that connecting raceways, cables, wireways, cable trays, and busways are clear of obstructions and of the working and access space of other equipment. E. Install required supporting devices and set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed. COMMON WORK RESULTS FOR ELECTRICAL 260500 -4 F. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed. Comply with requirements in Division 08 Section "Access Doors and Frames." G. Install sleeve and sleeve seals of type and number required for sealing electrical service penetrations of exterior walls. H. Comply with NECA 1. 3.2 RACEWAY AND CABLE INSTALLATION A. Conceal raceways and cables, unless otherwise indicated, within finished walls, ceilings, and floors. B. Install raceways and cables at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Locate horizontal raceway runs above water and steam piping. C. Install raceways embedded in slabs in middle third of slab thickness where practical, and leave at least 1-inch- thick concrete cover. 1. Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Install conduit larger than 1-inch trade size, parallel to or at right angles to main reinforcement. Where conduit is at right angles to reinforcement, place conduit close to slab support. 4. Transition from nonmetallic tubing to Schedule 80 nonmetallic conduit, rigid steel conduit, or IMC before rising above floor. D. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. E. Install pull wires in empty raceways. F. Connect motors and equipment subject to vibration, noise transmission, or movement with a 72-inch maximum length of flexible conduit. G. Install raceways and cables conceal within finished walls, ceilings, and floors unless otherwise indicated. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 5 H. Install raceways and cables at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Locate horizontal raceway runs above water and steam piping. 3.3 GROUNDING A. Underground Grounding Conductors: Install bare copper conductor. Bury at least 24 inches below grade. B. Pipe and Equipment Grounding Conductor Terminations: Bolted. C. Underground Connections: Welded. D. Connections to Structural Steel: Bolted. E. Install grounding conductors routed along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. F. Install ground rods driven into ground until tops are 2 inches below finished floor or final grade unless otherwise indicated. G. Make connections without exposing steel or damaging coating, if any. H. Install bonding straps and jumpers in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. I. Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. J. Bond to equipment mounted on vibration isolation hangers and supports so vibration is not transmitted to rigidly mounted equipment. K. Test completed grounding system at each location where a maximum ground- resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. L. Entire grounding system shall be installed in complete compliance with the current edition of the National Electrical Code. 3.4 IDENTIFICATION A. Power-Circuit Conductor Identification: For No. 3 AWG conductors and larger, at each location where observable, identify phase using color-coding conductor tape. COMMON WORK RESULTS FOR ELECTRICAL 260500 -6 B. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring. C. Warning Labels for Enclosures for Power: Comply with 29 CFR 1910.145; identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. D. Equipment Identification Labels: 1. Labeling Instructions: a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Provide a single line of text with 1/2-inch- high letters on 1-1/2-inch- high label; where 2 lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label, drilled for screw attachment. 2. Equipment to Be Labeled: a. Disconnect switches. b. Motor starters. c. Power transfer equipment. E. Verify identity of each item before installing identification products. F. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. G. Attach non-adhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate. H. Install system identification color banding for raceways and cables at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. I. Color-Coding for Phase and Voltage Level Identification, 600 V and Less: 1. Colors for 208/120-V Circuits: a. Phase A: Black. b. Phase B: Red. c. Phase C: Blue. J. Underground-Line Warning Tape: Continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 7 3.5 INSTALLATION OF HANGERS AND SUPPORTS A. Fasten hangers and supports securely in place, with provisions for thermal and structural movement. Install with concealed fasteners unless otherwise indicated. B. Separate dissimilar metals and metal products from contact with wood or cementitious materials, by painting each metal surface in area of contact with a bituminous coating or by other permanent separation. C. Multiple Raceways or Cables: Install on trapeze-type supports fabricated with steel slotted channel. D. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. E. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods, unless otherwise indicated or required by Code: 1. To Wood: Fasten with lag screws or through bolts. 2. To Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 5. To Light Steel: Sheet metal screws. 6. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount on slotted-channel racks attached to substrate. F. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.6 SLEEVE AND SLEEVE SEALS INSTALLATION A. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. B. Cut sleeves to length for mounting flush with both wall surfaces. C. Extend sleeves installed in floors 2 inches above finished floor level. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 8 D. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and cable unless sleeve seal is to be installed. E. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. F. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and cable, using joint sealant appropriate for size, depth, and location of joint according to Division 07 Section "Joint Sealants." G. Roof-Penetration Sleeves: Seal penetration of individual cables with flexible boot-type flashing units applied in coordination with roofing work. H. Aboveground Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. I. Underground Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between cable and sleeve for installing mechanical sleeve seals. 3.7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Comply with all pertinent national, state and local codes and regulations. END OF SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL 260500 - 9 Emergency Generator Replacement: Oshkosh City Hall SPECIFICATIONS SECTION 481000 ELECTRICAL POWER GENERATION EQUIPMENT 16 Section 481000 Electrical Power Generation Equipment Part 1. GENERAL 1.01 Scope A. Provide complete factory assembled generator set equipment with digital (microprocessor- based) electronic controls. B. Provide factory test, startup by a supplier authorized by the manufacturer, and on-site testing of the system. C. The generator set manufacturer shall warrant all equipment provided under this section, so that there is one source for warranty and product service. Technicians specifically trained and certified by the manufacturer to support the product and employed by the generator set supplier shall service the generator sets. 1.02 Codes and Standards A. The generator set installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable. The generator set shall include necessary features to meet the requirements of these standards. 1. CSA 282, 1989 Emergency Electrical Power Supply for Buildings 2. IEEE446 — Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications 3. NFPA37 — 4. NFPA70 — National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. 5. NFPA110 — Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1 prototype tests required by this standard shall have been performed on a complete and functional unit, component level type tests will not substitute for this requirement. B. The generator set and supplied accessories shall meet the requirements of the following standards: 1. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this standard. 2. UL142 — Sub-base Tanks 3. UL1236 — Battery Chargers 4. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed. C. The control system for the generator set shall comply with the following requirements. 1. CSA C22.2, No. 14 — M91 Industrial Control Equipment. 2. EN50082-2, Electromagnetic Compatibility— Generic Immunity Requirements, Part 2: Industrial. ELECTRICAL POWER GENERATION EQUIPMENT 481000-1 3. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. 4. FCC Part 15, Subpart B. 5. IEC8528 part 4. Control Systems for Generator Sets 6. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. 7. UL508. The entire control system of the generator set shall be UL508 listed and labeled. 8. UL1236 —Battery Chargers. D. The generator set manufacturer shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation, and service, in accordance with ISO 9001. 1.03 Acceptable Manufacturers Only approved bidders shall supply equipment provided under this contract. Equipment specifications for this project are based on microprocessor-based generator sets manufactured by Cummins Power Generation. If equipment by other suppliers that meets the requirement of this specification are acceptable, only if approved not less than 2 months before scheduled bid date. Proposals must include a line by line compliance statement based on this specification. Part 2. PRODUCTS 2.01 Generator set A. Ratings 1. The generator set shall operate at 1800 rpm and at a voltage of: 208 Volts AC, Three phase, 4-wire, 60 hertz. 2. The generator set shall be rated at values stated on electrical drawings at 0.8 PF, stand by rating, based on site conditions of ambient temperatures up to 104 degrees F (40 degrees C) and altitudes up to 1,000 feet. 3. The generator set rating shall be based on emergency/standby service. B. Performance 1. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load for both parallel and non-parallel applications. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. 2. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.25%. 3. The engine-generator set shall be capable of single step load pick up of 100% nameplate kW and power factor, less applicable derating factors, with the engine-generator set at operating temperature. ELECTRICAL POWER GENERATION EQUIPMENT 481000-2 . r 4. Motor starting capability shall be a minimum of 497kVA. The generator set shall be capable of sustaining a minimum of 90% of rated no load voltage with the specified kVA load at near zero power factor applied to the generator set. 5. The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic. Telephone influence factor shall be less than 40. c. Construction 1. The engine-generator set shall be mounted on a heavy-duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold- down clamps within the rails 2. All switches, lamps, and meters in the control system shall be oil-tight and dust-tight, and the enclosure door shall be gasketed. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. D. Connections 1. The generator set load connections shall be composed of silver or tin plated copper bus bars, drilled to accept mechanical or compression terminations of the number and type as shown on the drawings. Sufficient lug space shall be provided for use with cables of the number and size as shown on the drawings. 2. Power connections to auxiliary devices shall be made at the devices, with required protection located at a wall-mounted common distribution panel. 3. Generator set control interfaces to other system components shall be made on a common, permanently labeled terminal block assembly. 2.02 Engine and Engine Equipment A. The engine shall be natural gas fueled, radiator and fan cooled. Minimum displacement shall be 5.7 liter, with 8 cylinders. The horsepower rating of the engine at it's minimum tolerance level shall be sufficient to drive the alternator and all connected accessories. Engine accessories and features shall include: B. Complete engine fuel system, including all pressure regulators, strainers, and control valves. The fuel system shall be plumbed to the generator set skid for ease of site connections to the generator set. For dual fuel systems, changeover from primary to secondary fuel shall be automatic. c. An electronic governor system shall provide automatic isochronous frequency regulation. The governing system dynamic capabilities shall be controlled as a function of engine coolant temperature to provide fast, stable operation at varying engine operating temperature conditions. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed, and operating in various isochronous or parallel states. D. Skid-mounted radiator and cooling system rated for full load operation in 104 degrees F (40 degrees C) ambient as measured at the generator air inlet, based on 0.5 in H2O external static head. Radiator shall be sized based on a core temperature that is 20F ELECTRICAL POWER GENERATION EQUIPMENT 481000-3 ' r higher than the rated operation temperature, or prototype tested to verify cooling performance of the engine/radiator/fan operation in a controlled environment. Radiator shall be provided with a duct adapter flange. The equipment manufacturer shall fill the cooling system with a 50/50-ethylene glycol/water mixture. Rotating parts shall be guarded against accidental contact. E. Electric starter(s) capable of three complete cranking cycles without overheating. F. Positive displacement, mechanical, full pressure, lubrication oil pump. G. Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator. H. Replaceable dry element air cleaner with restriction indicator. I. Flexible fuel lines. J. Engine mounted battery charging alternator, 40-ampere minimum, and solid-state voltage regulator. K. Coolant heater 1. Engine mounted, thermostatically controlled, coolant heater(s) for each engine. Heater voltage shall be as shown on the project drawings. The coolant heater shall be UL499 listed and labeled. 2. The coolant heater shall be installed on the engine with high temperature silicone hose connections. Steel tubing shall be used for connections into the engine coolant system wherever the length of pipe run exceeds 12 inches. The coolant heater installation shall be specifically designed to provide proper venting of the system. The coolant heaters shall be installed using quick disconnect couplers to isolate the heater for replacement of the heater element. The quick disconnect/automatic sealing couplers shall allow the heater element to be replaced without draining the engine cooling system or significant coolant loss. 3. The coolant heater shall be provided with a 12VDC thermostat, installed at the engine thermostat housing. An AC power connection box shall be provided for a single AC power connection to the coolant heater system. 4. The coolant heater(s) shall be sized as recommended by the engine manufacturer to warm the engine to a minimum of 100F (40C) in a 40F ambient, in compliance with NFPA110 requirements, or the temperature required for starting and load pickup requirements of this specification. L. Provide vibration isolators, spring/pad type or as recommended by the manufacturer, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by site location. M. Starting and Control Batteries shall be calcium/lead antimony type, 12 volt DC, sized as recommended by the engine manufacturer, complete with battery cables and connectors. N. Provide exhaust silencer(s) for each engine of size and type as recommended by the generator set manufacturer and approved by the engine manufacturer. The mufflers shall be critical grade. Exhaust system shall be installed according to the engine manufacturer's recommendations and applicable codes and standards. ELECTRICAL POWER GENERATION EQUIPMENT 481000-4 0. Provide a minimum 15 amp battery charger for each generator set battery bank. Generator sets incorporating two battery banks shall be provided with two chargers connected together and operating in parallel, with alarm output(s) connected in parallel. The charger(s) shall include the following capabilities: 1. Chargers shall be UL 1236-BBHH listed and CSA or CUL certified for use in emergency applications. 2. The charger shall be compliant with UL991 requirements for vibration resistance. 3. The charger shall comply with the requirements of EN61000-4-5 for voltage surge resistance; EN50082-2 for immunity; EN61000-4-2 for ESD; EN61000-4-3 for radiated immunity; ANSI/IEEE C62.41 category B and IN61000-4-4 for electrically fast transient; EN61000-4-6 for conducted emissions; and FCC Part 15 Class A for radiated emissions. 4. The charger shall be capable of charging a fully discharged battery without damage to the charger. It shall be capable of returning a fully discharged battery to fully charged condition within 24 hours. The charger shall be UL-labeled with the maximum battery amp-hour rating that can be recharged within 24 hours. 5. The charger shall incorporate a 4-state charging algorithm, to provide trickle charge rate to restore fully discharged batteries, a bulk charge rate to provide fastest possible recharge after normal discharge, an absorption state to return the battery to 100 percent of charge, and a float stage to maintain a fully charge battery and supply battery loads when the generator set is not operating. In addition, the charger shall include an equalization timer. Charge rates shall be temperature compensated based on the temperature directly sensed at the battery. Battery Charger input voltage shall be 120V or 208V as shown on plans. 6. The DC output voltage regulation shall be within plus or minus 1%. The DC output ripple current shall not exceed 1 amp at rated output current level. 7. The charger shall include the following features: a) two line alphanumeric display with programming keys to allow display of DC output ammeter and voltmeters (5% accuracy or better), display alarm messages, and perform programming; b) LED indicating lamp(s) to indicating normal charging condition (green), equalize charge state (amber), and fault condition (red); c) AC input overcurrent, over voltage, and undervoltage protection; d) DC output overcurrent protection; e) Alarm output relay f) Corrosion resistant aluminum enclosure 2.03 AC Generator A. The AC generator shall be; synchronous, four pole, 2/3 pitch, revolving field, drip-proof construction, single prelubricated sealed bearing, air cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade. ELECTRICAL POWER GENERATION EQUIPMENT 481000-5 B. The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. c. A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300% of rated current for not more than 10 seconds. D. The subtransient reactance of the alternator shall not exceed 15 percent, based on the standby rating of the generator set. E. The alternator shall be capable of operation with reverse kVAR of 0.15 per unit. 2.04 Generator set Control. The generator set shall be provided with a microprocessor-based control system that is designed to provide automatic starting, monitoring, and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. The control shall be mounted on the generator set, or may be mounted in a free-standing panel next to the generator set if adequate space and accessibility is available. The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. The generator set mounted control shall include the following features and functions: A. Control Switches 1. Mode Select Switch. The mode select switch shall initiate the following control modes. When in the RUN or MANUAL position the generator set shall start, and accelerate to rated speed and voltage as directed by the operator. A separate push- button to initiate starting is acceptable. In the OFF position the generator set shall immediately stop, bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. 2. EMERGENCY STOP switch. Switch shall be Red "mushroom-head" push-button. Depressing the emergency stop switch shall cause the generator set to immediately shut down, and be locked out from automatic restarting. 3. RESET switch. The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. PANEL LAMP switch. Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switch is depressed, or after the switch is depressed a second time. B. Generator Set AC Output Metering. The generator set shall be provided with a metering set including the following features and functions: 1. Digital metering set, 1% accuracy, to indicate generator RMS voltage and current, frequency, output current, output KW, KW-hours, and power factor. Generator output ELECTRICAL POWER GENERATION EQUIPMENT 481000-6 b voltage shall be available in line-to-line and line-to-neutral voltages, and shall display all three-phase voltages (line to neutral or line to line) simultaneously. 2. Analog voltmeter, ammeter, frequency meter, power factor meter, and kilowatt (KW) meter. Voltmeter and ammeter shall display all three phases. Meter scales shall be color coded in the following fashion: green shall indicate normal operating condition, amber shall indicate operation in ranges that indicate potential failure, and red shall indicate failure impending. Metering accuracy shall be within 1% at rated output. Both analog and digital metering is required. 3. The control system shall monitor the total load on the generator set, and maintain data logs of total operating hours at specific load levels ranging from 0 to 110% of rated load, in 10% increments. The control shall display hours of operation at less than 30% load and total hours of operation at more than 90% of rated load. 4. The control system shall log total number of operating hours, total kWH, and total control on hours, as well as total values since reset. c. Generator Set Alarm and Status Display. 1. The generator set control shall include LED alarm and status indication lamps. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. Functions indicated by the lamps shall include: • The control shall include five configurable alarm-indicating lamps. The lamps shall be field adjustable for any status, warning, or shutdown function monitored by the genset. They shall also be configurable for color, and control action (status, warning, or shutdown). • The control shall include green lamps to indicate that the generator set is running at rated frequency and voltage, and that a remote start signal has been received at the generator set. The running signal shall be based on actual sensed voltage and frequency on the output terminals of the generator set. • The control shall include a flashing red lamp to indicate that the control is not in automatic state, and red common shutdown lamp. • The control shall include an amber common warning indication lamp. 2. The generator set control shall indicate the existence of the warning and shutdown conditions on the control panel. All conditions indicated below for warning shall be field- configurable for shutdown. Conditions required to be annunciated shall include: low oil pressure (warning) low oil pressure (shutdown) oil pressure sender failure (warning) low coolant temperature (warning) high coolant temperature (warning) high coolant temperature (shutdown) high oil temperature (warning) engine temperature sender failure (warning) low coolant level (warning) fail to crank (shutdown) fail to start/overcrank (shutdown) overspeed (shutdown) low DC voltage (warning) ELECTRICAL POWER GENERATION EQUIPMENT 481000-7 high DC voltage (warning) weak battery (warning) high AC voltage (shutdown) low AC voltage (shutdown) under frequency (shutdown) over current (warning) over current (shutdown) short circuit (shutdown) over load (warning) emergency stop (shutdown) (4) configurable conditions 3. Provisions shall be made for indication of four customer-specified alarm or shutdown conditions. Labeling of the customer-specified alarm or shutdown conditions shall be of the same type and quality as the above-specified conditions. The non-automatic indicating lamp shall be red, and shall flash to indicate that the generator set is not able to automatically respond to a command to start from a remote location. D. Engine Status Monitoring. 1. The following information shall be available from a digital status panel on the generator set control : engine oil pressure (psi or kPA) engine coolant temperature (degrees F or C) engine oil temperature (degrees F or C) engine speed (rpm) number of hours of operation (hours) number of start attempts battery voltage (DC volts) 2. The control system shall also incorporate a data logging and display provision to allow logging of the last 10 warning or shutdown indications on the generator set, as well as total time of operation at various loads, as a percent of the standby rating of the generator set. E. Engine Control Functions. 1. The control system provided shall include a cycle cranking system, which allows for user selected crank time, rest time, and # of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15-second rest period between cranking periods. 2. The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode, the alternator excitation system shall be disabled. 3. The control system shall include an engine governor control, which functions to provide steady state frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain, damping, and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. ELECTRICAL POWER GENERATION EQUIPMENT 481000-8 4. The control system shall include time delay start (adjustable 0-300 seconds) and time delay stop (adjustable 0-600 seconds) functions. 5. The control system shall include sender failure monitoring logic for speed sensing, oil pressure, and engine temperature which is capable of discriminating between failed sender or wiring components, and an actual failure conditions. F. Alternator Control Functions: 1. The generator set shall include a full wave rectified automatic digital voltage regulation system that is matched and prototype tested by the engine manufacturer with the governing system provided. It shall be immune from misoperation due to load-induced voltage waveform distortion and provide a pulse width modulated output to the alternator exciter. The voltage regulation system shall be equipped with three-phase line to neutral RMS sensing and shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. The system shall include a torque-matching characteristic, which shall reduce output voltage in proportion to frequency below an adjustable frequency threshold. Torque matching characteristic shall be adjustable for roll-off frequency and rate, and be capable of being curve-matched to the engine torque curve with adjustments in the field. The voltage regulator shall include adjustments for gain, damping, and frequency roll-off. Adjustments shall be broad range, and made via digital raise-lower switches, with an alphanumeric LED readout to indicate setting level. 2. Controls shall be provided to monitor the output current of the generator set and initiate an alarm (over current warning) when load current exceeds 110% of the rated current of the generator set on any phase for more than 60 seconds. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (over current shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. The protection for this function shall be 3rd party certified to very performance. 3. Controls shall be provided to individually monitor all three phases of the output current for short circuit conditions. The control/protection system shall monitor the current level and voltage. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (short circuit shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. The protection for this function shall be 3rd party certified to very performance. 4. Controls shall be provided to monitor the KW load on the generator set, and initiate an alarm condition (over load) when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load shed control, to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. 5. An line to neutral sensing AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110% of the operator-set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage shutdown shall occur when the output voltage of the alternator is less than 85% for more than 10 seconds. ELECTRICAL POWER GENERATION EQUIPMENT 481000-9 6. When required by National Electrical Code or indicated on project drawings, the control System shall include a ground fault monitoring relay. The relay shall be adjustable from 3.8-1200 amps, and include adjustable time delay of 0-10.0 seconds. The relay shall be for indication only, and not trip or shut down the generator set. Note bonding and grounding requirements for the generator set, and provide relay that will function correctly in system as installed. 7. The generator set control shall include a 120VAC-control heater. G. Other Control Functions 1. The generator set shall be provided with a network communication module to allow LonMark compliant communication with the generator set control by remote devices. The control shall communicate all engine and alternator data, and allow starting and stopping of the generator set via the network in both test and emergency modes. 2. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine cranking (starter engaged), the low voltage limit shall be disabled, and DC voltage shall be monitored as load is applied to the battery, to detect impending battery failure or deteriorated battery condition. ELECTRICAL POWER GENERATION EQUIPMENT 481000-10 H. Control Interfaces for Remote Monitoring: 1. The control system shall provide four programmable output relays. These relay outputs shall be configurable for any alarm, shutdown, or status condition monitored by the control. The relays shall be configured to indicate: (1) generator set operating at rated voltage and frequency, (2) common warning, (3) common shutdown, (4) load shed command. 2. A fused 10 amp switched 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit whenever the generator set is running. 3. A fused 10 amp 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit at all times from the engine starting/control batteries. 4. The control shall be provided with a direct serial communication link for the LonWorks communication network interface as described elsewhere in this specification and shown on the drawings. 2.05 Other equipment to be provided with the generator set A. The generator set shall be provided with a mounted main line circuit breaker, sized to carry the rated output current of the generator set. Main breaker shall be set at 400 amps. The circuit breaker shall incorporate an electronic trip unit that operates to protect the alternator under all overcurrent conditions, or a thermal-magnetic trip with other overcurrent protection devices that positively protect the alternator under overcurrent conditions. The supplier shall submit time overcurrent characteristic curves and thermal damage curve for the alternator, demonstrating the effectiveness of the protection provided. B. Outdoor Weather-Protective Enclosure 1. The generator set shall be provided with an outdoor enclosure, with the entire package listed under UL2200. The package shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub-base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100F. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. All doors shall be lockable, and include retainers to hold the door open during service. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 2. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturers standard color using a two step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. ELECTRICAL POWER GENERATION EQUIPMENT 481000-11 Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall exceed 50%. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. Salt Spray, per ASTM B117-90, 1000+ hours. Humidity, per ASTM D2247-92, 1000+ hours. Water Soak, per ASTM D2247-92, 1000+ hours. 3. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. 4. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge steel for panels. All hardware and hinges shall be stainless steel. 5. A factory-mounted exhaust silencer shall be installed inside the enclosure. The exhaust shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. 6. The enclosure shall include the following maintenance provisions: • Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves • External radiator fill provision. 7. The generator set shall be provided with a sound-attenuated housing which allows the generator set to operate at full rated load in an ambient temperature of up to 100F. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 77.4 dBA at any location 7 meters from the generator set in a free field environment. 8. The enclosure shall be insulated with non-hydroscopic materials. ELECTRICAL POWER GENERATION EQUIPMENT 481000-12 Part 3. OPERATION 3.01 Sequence of Operation A. Generator set shall start on receipt of a start signal from remote equipment. The start signal shall be via hardwired connection to the generator set control and a redundant signal over the required network connection. B. The generator set shall complete a time delay start period as programmed into the control. c. The generator set control shall initiate the starting sequence for the generator set. The starting sequence shall include the following functions: 1. The control system shall verify that the engine is rotating when the starter is signaled to operate. If the engine does not rotate after two attempts, the control system shall shut down and lock out the generator set, and indicate "fail to crank" shutdown. 2. The engine shall fire and accelerate as quickly as practical to start disconnect speed. If the engine does not start, it shall complete a cycle cranking process as described elsewhere in this specification. If the engine has not started by the completion of the cycle cranking sequence, it shall be shut down and locked out, and the control system shall indicate "fail to start". 3. The engine shall accelerate to rated speed and the alternator to rated voltage. Excitation shall be disabled until the engine has exceeded programmed idle speed, and regulated to prevent over voltage conditions and oscillation as the engine accelerates and the alternator builds to rated voltage. D. On reaching rated speed and voltage, the generator set shall operate as dictated by the control system in isochronous, synchronize, load share, load demand, or load govern state. E. When all start signals have been removed from the generator set, it shall complete a time delay stop sequence. The duration of the time delay stop period shall be adjustable by the operator. F. On completion of the time delay stop period, the generator set control shall switch off the excitation system and shall shut down. 1. Any start signal received after the time stop sequence has begun shall immediately terminate the stopping sequence and return the generator set to isochronous operation. Part 4. OTHER REQUIREMENTS 4.01 Submittals. Within 10 days after award of contract, provide six sets of the following information for review: • Manufacturer's product literature and performance data, sufficient to verify compliance to specification requirements. • A paragraph by paragraph specification compliance statement, describing the differences between the specified and the proposed equipment. • Manufacturer's certification of prototype testing. • Manufacturer's published warranty documents. ELECTRICAL POWER GENERATION EQUIPMENT 481000-13 • Shop drawings showing plan and elevation views with certified overall dimensions, as well as wiring interconnection details. • Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner. • Manufacturer's installation instructions. 4.02 Factory Testing. A. The generator set supplier shall perform a complete operational test on the generator set prior to shipping from the factory. A certified test report shall be provided. Equipment supplied shall be fully tested at the factory for function and performance. B. Factory testing may be witnessed by the owner and consulting engineer. Costs for travel expenses will be the responsibility of the owner and consulting engineer. Supplier is responsible to provide two weeks notice for testing. C. Generator set factory tests on the equipment shall be performed at rated load and rated power factor. Generator sets that have not been factory tested at rated power factor will not be acceptable. Tests shall include: run at full load, maximum power, voltage regulation, transient and steady-state governing, single step load pickup, and function of safety shutdowns. 4.03 Installation A. Equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. B. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. C. Equipment shall be installed on concrete housekeeping pads. Equipment shall be permanently fastened to the pad in accordance with manufacturer's instructions and seismic requirements of the site. D. Equipment shall be initially started and operated by representatives of the manufacturer. E. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove all dirt and construction debris prior to final testing of the system. 4.04 On-Site Acceptance Test: A. The complete installation shall be tested for compliance with the specification following completion of all site work. Testing shall be conducted by representatives of the manufacturer, with required fuel supplied by Contractor. The Engineer shall be notified in advance and shall have the option to witness the tests. B. Installation acceptance tests to be conducted on-site shall include a "cold start" test, a two hour full load test, and a one step rated load pickup test in accordance with NFPA 110. ELECTRICAL POWER GENERATION EQUIPMENT 481000-14 Provide a resistive load bank and make temporary connections for full load test, if necessary. C. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility service, and observing proper operation of the system for at least 2 hours. Coordinate timing and obtain approval for start of test with site personnel. 4.05 Training A. The equipment supplier shall provide training for the facility operating personnel covering operation and maintenance of the equipment provided. The training program shall be not less than 4 hours in duration and the class size shall be limited to 5 persons. Training date shall be coordinated with the facility owner. 4.06 Service and support A. The manufacturer of the generator set shall maintain service parts inventory at a central location which is accessible to the service location 24 hours per day, 365 days per year. B. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical replacement parts at the local service organization, and in service vehicles. The service organization shall be on call 24 hours per day, 365 days per year. C. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. 4.07 Warranty A. The generator set and associated equipment shall be warranted for a period of not less than 5 years from the date of commissioning against defects in materials and workmanship. B. The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. END OF SECTION 481000 ELECTRICAL POWER GENERATION EQUIPMENT 481000-15 ■ Emergency Generator Replacement: Oshkosh City Hall ZONING/LAND USE COMPLIANCE CHECKLIST 17 'ea) ZONING/LAND USE COMPLIANCE CHECKLIST OSHKOSH ON THE WATER Name CITY OF OSHKOSH Address 215 CHURCH AVE Create Date 5/1/2014 Construction Data New Construction 0 Addition 0 Alteration Type of Construction (i.e.fence, pool,parking lot,sign,etc. Exterior generator and fence screen Compliance Checklist Deficient Comments j Use H Lot Width H Lot Area H Lot Area Per Family u Flood Plain U Front Yard behind priamry structure front facade _J Front Yard Side Street u Rear Yard H Side Yard 13 ft Q Building Area U Parking Standards Hi Off-Street Loading Standards H Vision Clearance Transitional Yard-Standards U Landscape Standards Li Height H Conditions of Approval mechanical equipment to be screened from view J Compliance with P.C. or BZA Conditions of Approval H Signage Standards U Drainage Plan-Storm Drainage-City Easements Review Authority As per Section 30-5 Enforcement of the City Zoning Ordinance,the Director of Community Development,or designee, must approve all plans, except the following: (1)Alterations or interior work when the use is conforming and when no change in use is proposed. (2)Maintenance items, e.g. siding,windows,etc.,when the use is conforming and when no change is proposed. iv Approved 0 Denied I Plan Commission Action Required Variance(s) Required Reviewed By David Buck Date 05/01/2014 I ' ,• I • ''.\. ' ) /. , ' . \ (".. / ,..... ....„) ,, , . •-•„,, , . - -.,/ . , .' ... ,'' .,1 , '\--) 1%°•■ ,1/\e'1".....' / / ,., .., t.....,.., .,, , . . . - .. / I \ / i \ 'N. / .'=" ', , ,.. / / - / ,.., , . 1 / , / 1 / / I „.. .,, / - - ' 1 , .;. ,.., 1 ,,/ , \• . , :: -N--,,,,_ .:( ,., • a / •,-..,. \ '',..., . i. t-:Os(-•• '?,---, -,--- '',-/ ,..i .... ,- • , • .i;,.. ,.-- z....;,....T. y . . -(......f,,, :,-..).`...,.,,,,,,,..,,IM ,,,;`,..,••`-'•'..^"i i/ ,,,\ -, ( ,/ - --// \, , , . . -•_. ,..,.... /. ,. , . --......„ :7---,,, .:- „., - _ / • '--,: -,......,.. " --....„• .. • --...... -,- / . . -. ---" ,i-'..s....?„,,,,) --,_.,,.. / ",... , -....,,,, <____----7-/ ----- -- - (-I. I' .:„.._,. -• .•/ ..„,„... ,. .-; „ -- —' - - • • ,. _ I • •-•-..„.„.., . , / - / Ey,i1-')Iutd- „, __. . .... / • 1--)ork>r));2,),4. - , .L• • ,.• , . -„ .., • / -.,„...., .... . , ..., , . , , .. . .._ ,._. .. . ; I ,.:, .. . . . • ., ,./ , ... ../, _ , _ . • ,.-.. / -/-0-(1;14C _ , • -.. .-. ; '''-,:-•,,., ,,,.. . . ... ‘ . . -_,,/ .:z..., -_,.....,..,..: pl , N /'” , . , ,.... - ....,_ -.....,,,... , ,,,--....... .. , ........,. ,..,: . :„ ••-• ,se ,>' '''''''''''-'•---"_...„.. , — c iv •-/ ,.......,-•-,-, i...e:'• ' -..- ri,. .•,. ; ;,-,L-.. --• ._-- .• *--......,„,,, ._,, .. , .,-,..,,..„,.,_...„.. . ... . . --...,‘,........ ......,, I .1 ir-, 0 mi I N ' • -.2."-7,-,,,,,.. I .. -: 09 7 i .4,\ 1 In- - k,:,:ra H .. ._ = '.,. .11.11) - - ---. . 1 ;;;--A -1 1 vni i OfFir\`-) ..: . -.1.,,..-,.... I. ;_ ,-a t.1°1.1 .---. - ..: . .w ATE,' ON 1•11- --.1 . '.. ■ '-, r. ' ,r C 1): 1"\1:1.: .- ....-.: . They may show,thre Printing - • - • • 7 s d data for _ from a von-, sufficient or , by: CI ared y IS map-an other feature _, y not be su. ,..._Lit i Prc and maintains c boundaries and 0 only and ni°•. d :AS-IS without. creolaa r an - boun-,- - - On provided ,-, 1., _ Cibj of OshIco,s,nn location of o coerLY, tion purposes hey are ,r 'cl for inform. r, oses. 1 ne./ a._or misua, The relattu_e (s) -s Is are provide or surieying purpose no liability for use • These maP‘,•ird 1,021, engineeriltnig..i.os C o hkosh assumes appropriate,juny kind and the 9 i.;..) -. .' ..4 • r'lig own use. I._.c.‘tv of sources. 1 warrantes or any Date:5,/t1/2'00f lo4shkosh, vvi NM m 17.7 03 tiz <� 01-O SAE z O m4� -0ODr.mm3 m° O-N'ej gy�m1 m P m m n A m-rn A O -O D m n L)N 'j 0 m r,--< N O W g �?■Aamc, , o-+-I ' 0 r m A a7 r- /Th. 3,i ■ O O I rt / ! m3m j- lnjm z0X ! m �if, -S O m N m0 Z0ZZ� i y i IT, 6 i 3-(E A mZ o =E : i r•m mm ED O� j rm �pr .0A1 O� E D - r DD O 71 O a1 /�1 oE( hl m � Z z co A n m .1 D r Z f''' \,, m x N Z�_ Z r O n 0 • o 0 \):R I . \ . BID PROPOSAL FORM Emergency Generator Replacement: Oshkosh City Hall From: (bidder's company name) BID PROPOSAL DEADLINE: Wednesday, May 28, 2014 at 1:00 p.m. Addenda: Receipt of Addenda numbered of are hereby understood, acknowledged and included in bidder's bid proposal form. If no addenda were issued for this project please write"N/A"above. We, the undersigned, propose to furnish all labor and materials per the project specifications or noted deviations for the following amount: Emergency Generator Replacement Total Bid $ (Bid Price— in Words) Manufacturer/Model# of 100 KW Natural Gas Fired Emergency Generator: Warranty Details: Please include one set of shop drawings of generator for bid review. Date: Name of Company: Submitted by: (name/title) Email: Address of Company: Phone: That I have examined and carefully prepared this Proposal from the Plans and Specifications and have checked the same in detail before submitting this Proposal; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf, and that said statements are true and correct. Signature Title 18 . 1 5.xL /gir 5 ADDENDUM#1 City of Oshkosh RFP Emergency Generator Replacement Summary of Questions to RFP and City Responses Distributed: May 21, 2014 Question/Issue Answer 1. Are prevailing wages required on this Yes-This project qualifies for the enforcement of project? prevailing wages. See attached letter of determination from the state. 2. Is the electrical contractor to reuse the No-The electrical contractor may choose between existing 3" conduit for routing new option "A" or option "B" as indicated on attached conduit and conductors from existing electrical drawing E1.0A. Each option of automatic transfer switch to new 100 KW installation for the 3" conduits and conductors are emergency generator on building's explained in plan notes. exterior as shown on electrical drawing E1.0? 3. Is the electrical contractor responsible for Yes-The electrical contractor shall be responsible a specific sized concrete pad for the new for the properly sized and reinforced concrete pad emergency generator? for the proper support of the new 100 KW emergency generator. Refer to the attached electrical drawing E1.0A for Generator Pad Detail, and pertaining notes. 4. Is the electrical contractor responsible for Yes-The electrical contractor shall be responsible the routing of required 120 volt circuitry for installing the required conduit and 120 volt from existing automatic transfer switch to conductors from the existing automatic transfer new 100 KW emergency generator for switch and the new 100 KW emergency powering the new generators engine block generator. Refer to attached electrical drawing heaters, battery chargers and control E1.0A for explanation of the routing, installation panel? of required conduit and conductors for this task. 5. Does all new conduits need to be routed Yes-All new conduits, except for the conduits within the existing building? Can any new routed directly from building's exterior wall to conduit, other than the final conduits new emergency generator for final connections, routed from building to new emergency shall be routed within interior of building. No generator for final connections, be routed conduits shall be routed on buildings exterior on buildings exterior walls? walls. 6. Is the electrical contractor responsible for Yes-The electrical contractor shall be responsible providing temporary emergency power to for providing a 100 KW emergency generator to buildings emergency power system while be tapped into the existing automatic transfer the required switch over occurs from switch to provide emergency power for the entire installation and powering up of new duration of time required to make the successful emergency generator and the switch over of power from the existing 100 KW disconnection/removal of the existing emergency generator to the new 100 KW emergency generator? emergency generator. The electrical contractor shall provide all required labor and materials to 1 . Question/Issue Answer provide this emergency generator and complete the switch over from existing to new generator. 7. Is the electrical contractor to coordinate Yes-All required power outages for the proper the power outage required for providing installation of the new emergency generator shall temporary emergency power with the be coordinated with the owner and local utility owner? company. 8. Is the electrical contractor responsible for Yes-The electrical contractor shall be responsible the proper disconnection and removal of for the complete and accurate disconnection, all existing systems associated with the removal and capping of all existing systems existing 100 KW emergency generator? associated with the removal of the existing 100 KW emergency generator. This includes the disconnection, removal and capping of the existing natural gas, water and exhaust systems to existing generator. The electrical contractor shall remove and cap the existing natural gas and water systems to the nearest shut off valve of each system and properly cap systems piping in compliance with all pertinent codes and regulations. The electrical contractor shall remove the exhaust system piping from generator to buildings exterior wall. Existing exhaust piping on buildings exterior wall shall have existing final fitting removed and piping capped at wall. 9. As per electrical specifications section No-There is no specific, one line manufacturer 481000, Electrical Power Generation approved for providing the new emergency Equipment, paragraph 1.03 Acceptable generator for this project. The bidding for Manufacturers, is Cummins Power providing the new emergency generator for this Generation the only approved generator project is open to any manufacturer capable of manufacturer for this project? meeting the electrical and mechanical requirements and specifications noted within these bidding/construction documents. 2 BID PROPOSAL FORM Emergency Generator Replacement: Oshkosh City Hall From: Hogen Electric , Inc . (bidder's company name) BID PROPOSAL DEADLINE: Wednesday, May 28, 2014 at 1:00 p.m. Addenda: Receipt of Addenda numbered / of ! are hereby understood, acknowledged and included in bidder's bid proposal form. If no addenda were issued for this project please write"N/A"above. We, the undersigned, propose to furnish all labor and materials per the project specifications or noted deviations for the following amount: Emergency Generator Replacement Total Bid $ /2 3 Co 6\i`71-/ 'o 77-to E/-(UM)/°f/9 11 -P/vL-4/C S (Bid Price– in Words) Manufacturer/Model# of 100 KW Natural Gas Fired Emergency Generator: CaztAA1Alliv.z3 /06 C WI Warranty Details: 5— y L&'.c /6-60 Y . P-4- L-4-T Please include one set of sh op drawings of generator for bid review. Date: 5/28/14 Name of Company: Hogen Electric , Inc . Submitted by: (name/title) Todd Hogen/Pres . Email: todd@hogenelectric . com Address of Company: 1131 Limerick Ln . Phone: 262-670-5500 Hartford , WI 53027 That I have examined and carefully prepared this Proposal from the Plans and Specifications and have checked the same in detail before submitting this Proposal; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf, and that said statements are true and correct. Signature Title P"\-- e-S • 18 • Bond No. BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL 111EN BY THESE PRESENTS,that we Hogen Electric, Inc. 1131 Limerick Lane Hartford,WI 53027 as Principal hereinafter called the Principal,and Old Republic Surety Company a corporation duly organized under the laws of the state of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Oshkosh 215 Church Avenue Oshkosh, WI 54903-1130 as Obligee,hereinafter called the Obligee,in the sum of Five Percent(5%)of Principal's Bid Dollars ($ ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Emergency Generator Replacement Oshkosh City Hall NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. ` T` lti11l►,q,� ` � Signed and sealed this 22nd day of May ` �QRAF 62cc:Vii'' 0. ` = 'HOGEN ELECTRIC t\i;;../-/ • A /tie,/ FE*: 6/ Hogen Electric, Inc. — • IweOgPORATED ' ��Witne �'L� Pri c'pal (Seal) • • By. �Iii sS 'f3glti``�� Nam-Win j 11111 0„2.z..5'xo Old Republic S re Com•an aW%w °= I 'SEAL) _ 11111k . Witness By: AMP'� _I_l Jason :raatz, Attorney-in-Fact ORSC 21328 (5/97) * * ?k 'r. ' -: T ib REPUBLIC URETY COMPANY * *1k' * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: RANDY L.BREHMER,CYNTHIA J BREHMER,LAWRENCE A MICHAEL,TERENCE R.GESZVAIN,JASON A.BRAATZ,MELISSA HACKSTEIN,CHRIS BREHMER, LINDA PUPP,JOHN CHARLES SLATTERY,OF BUTLER,WI its true and lawful Attorney(s)-in-Fact,with:full power and authority,not exceeding$20,000,000,for and on behalf of the company:,as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bonds,mortgage deficiency bonds,mortgage guaranty bonds,guarantees of installment paper and note guaranty bonds,self-insurance workers compensation bonds guaranteeing payment of benefits,asbestos abatement contract bonds,waste management bonds,hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS N AN AMOUNT NOT TO EXCEED AN AGGREGATE OF SIX MILLION DOLLARS($6,000,000) FOR ANY SINGLE OBLIGATION,REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION.. and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless printedon colored background and is multi-coloreds This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982;' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-factor agent;or (iii)when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manuallyaffrxed. IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 2ND day of APRIL,2014. J��+� fl OLD REPUBLIC SURETY COMPANY s rf- _ 'Y�. ! t0ewwara {,b' kit, t 1 tr? �a ± i-'t,...-'_ _ .— a ,l i STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS - * ' President On this 2ND day of APRIL,2014 ,personally came before me, Alan Pavlic and Phyllis M.Johnson ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation rp n aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. , ''. ++e��, ; / Notary Public• -„ .? My commission expires: 9/28/2014 CERTIFICATE (Expiration of notary commission does not invalidate this instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set,forth in the Power of Attorney,are now in force. 24-4544 "^., aoal ��c su�, Tj Signed and sealed at the City of Brookfield,WI this Qt nct day of r SEAL <C:;-724..._..c. 4/ AN AS !a"d Sec :a.v IF THE BREHMER AGENCY,INC TILIIS DOCUMENT HAS A COLORED BACKGROUND AND IS MULTI-COLORED ON THE FACE. THE COIUtPANY LOGO APPEARS ON THE BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT.THIS DOCUMENT IS VOID. -: •• 22 62(5-10 ., 22851-W • , _____.--.4N HOGEELE-02 DKREUTZER '4�_°�RO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/30/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:CONTACT Dawn Kreutzer The Brehmer Agency Inc. PHONE 7 FAX P.O.Box 498 (A/C,No,Ext):(262) 81-3714 (A/C,No): (262)781-6049 12800 W.Silver Spring Drive ADDRESS:dawn @brehmeragency.com Butler,WI 53007 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:SECURA Insurance,A Mutual Company 22543 INSURED INSURER 8: Hogen Electric,Inc. INSURER C: 2190 Innovation Way INSURERD: Hartford,WI 53027 INSURER E: _INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X CP3180270 07/01/2013 07/01/2014 PREM SESO(Es occTurrence( $ 100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG_ $ 2,000,000 7 POLICY X JF�T LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A X ANY AUTO A3180267 07/01/2013 07/01/2014 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED _ AUTOS X AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X N - WNED PROPERTY DAMAGE AUTON OS O JPER ACCIDENT) $ X UMBRELLA LIAB X OCCUR EACH A EXCESS LIAB CLAIMS-MADE CU3180269 07/01/2013 07/01/2014 OCCURRENCE _ $ 5,000,000 AGGREGATE EGATE $ 5,000,000 DED X RETENTION$ 10,000 Prod/Comptd Ops $ 5,000,000 WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY X TORY LIMITS ER Y/N A ANY PROPRIETOR/PARTNER/EXECUTIVE WC3180268 07/01/2013 07/01/2014 E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS f LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Proj: Generator Project City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are additional insureds to General Liability policy on a primary&non-contributory basis to include completed operations,when required by a written contract. 30-Day notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Oshkosh THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Oshkosh,WI 54903-1130 AUTHORIZED REPRESENTATIVE r I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD c Power Generation Specification sheet Spark- ignited generator set ' 7 =:.-100 kW standby • EPA emissions Description Cummins Power Generation commercial Control system -The PowerCommande generator sets are fully integrated power electronic control is standard equipment and generation systems providing optimum provides total genset system integration including performance, reliability and versatility for automatic remote starting/stopping,precise stationary standby and prime power frequency and voltage regulation,alarm and status applications. message display,AmpSentri protection, output metering,auto-shutdown at fault detection and Features NFPA 110 Level 1 compliance. Ford heavy-duty gas engine- Rugged 4- Cooling system -Standard cooling cycle industrial spark-ignited delivers reliable package provides reliable running at up to 40°C(104°F) power.The electronic air/fuel ratio control provides optimum engine performance and fast ambient temperature. response to load changes. Enclosures -Optional weather protective and Three-Way Catalyst-Simultaneously sound attenuated enclosures are available. converts NOX, CO and HC to nitrogen, oxygen, NFPA-The genset accepts full rated load in a carbon dioxide and water, minimizing the single step in accordance with NFPA 110 for Level harmful emissions of the generator set. 1 systems. Alternator-Several alternator sizes offer selectable motor starting capability with low Warranty and service Backed by a reactance 2/3 pitch windings, low waveform comprehensive warranty and worldwide distributor distortion with non-linear loads and fault network. clearing short-circuit capability. Natural Gas Propane Standby rating Prime rating Standby rating Prime rating Data sheets 60 Hz 50 Hz 60 Hz 50 Hz 60 Hz 50 Hz 60 Hz 50 Hz Model kW(kVA) kW(kVA) kW(kVA) kW(kVA) kW(kVA) kW(kVA) kW(kVA) kW(kVA) 60 Hz 50 Hz _-� GGHH 100(125) 100(125) D-3385 Our energy working for you.- 02013 Cummins Power Generation Inc. I S-1607c(8/13) cumminspower.com � a Generator set specifications Governor regulation class ISO 8528 Part 1 Class G3 Voltage regulation,no load to full load ±1.0% Random voltage variation ±1.0% Frequency regulation lsochronous Random frequency variation GGHH±0.5%,GGHG±0.33% Radio frequency emissions compliance Meets requirements of most industrial and commercial applications Engine specifications Design Turbocharged Bore 90.2 mm(3.55 in) Stroke 105.9 mm(4.17 in) Displacement 6.8 L(412.5 in') Cylinder block Cast iron,V 10 cylinder Battery capacity 600 amps minimum at ambient temperature of 0°C(32°F) Battery charging alternator 65 amps Starting voltage 12 volt,negative ground Lube oil filter type(s) Single spin-on canister-combination full flow with bypass Standard cooling system 40°C(104°F)ambient radiator Alternator specifications Design Brushless,4 pole,drip proof,revolving field Stator 2/3 pitch Rotor Direct coupled,flexible disc Insulation system Class H per NEMA MG1-1.65 Standard temperature rise 150°C (302°F)standby Exciter type Torque match(shunt) Phase rotation A(U),B(V),C(W) Alternator cooling Direct drive centrifugal blower AC waveform total harmonic distortion <5%no load to full linear load,<3%for any single harmonic Telephone influence factor(TIF) <50 per NEMA MG1-22.43 Telephone harmonic factor(THF) <3 Available voltages 60 Hz 50 Hz 3-phase 1-phase 3-phase 1-phase • 120/208 • 120/240 • 127/220 • 120/240 • 139/240 • 240/416 • 254/440 • 277/480 • 347/600 Note:Consult factory for other voltages. Generator set options and accessories Engine Alternator Exhaust system ❑ Remote annunciator panel ❑ 120/240 V 1500 W coolant ❑ 105°C(221 °F)rise alternator ❑ Mounted residential muffler ❑ UL 2200 Listed heaters ❑ 125°C(257°F)rise alternator ❑ 2 year prime power,6000 ❑ 150°C(302°F)rise alternator Generator set hours,warranty Fuel system ❑ 120/240 V, 100 W anti- ❑AC entrance box ❑ 2 year standby warranty ❑ Natural gas condensation heater ❑ Battery ❑ 5 year basic power warranty ❑ Natural gas/propane liquid ❑ 12 lead,broad range, ❑ Battery charger ❑ 5 year comprehensive warranty with automatic changeover extended stack(full single ❑ Duct adapter ❑ Natural gas/propane vapor phase output) ❑ Enclosure: Aluminum,steel, with automatic changeover ❑ Lower broad range weather protection or sound ❑ Propane liquid withdrawal ❑ PMG excitation attenuated ❑Vapor withdrawal ❑ Upper broad range ❑ Export box packaging ❑Single phase(4 lead) ❑ Main line circuit breaker Note:Some options may not be available on all models-consult factory for availability. Our energy working for you." cumminspower.com ®2013 Cummins Power Generation Inc. I S-1607c(8/13) Control system PCC 2100 Alternator data • Line-to-line and line-to-neutral AC volts PowerCommand PCC2100 -An integrated •Three phase AC current generator set control system providing governing, • Frequency voltage regulation, engine protection and operator •Total and individual phase kW and kVA interface functions. Engine Data • Includes integral AmpSentry protection, which provides a full range of alternator protection • DC voltage functions that are matched to the alternator provided. • Lube oil pressure • Control function provides battery monitoring and •Coolant temperature testing features,and smart starting control system. • Lube oil temperature(optional) •Three phase sensing,full wave rectified voltage Other data regulation system, with a PWM output for stable operation with all load types. •Genset model data • Standard PCCNet interface. •Start attempts, starts, running hours •Suitable for operation in ambient temperatures from • KW hours (total and since reset) 40 °C to+70°C(-40°F to+158 °F)and altitudes to •Fault history 5000 m(13,000 ft). • Load profile(hours less than 30%and hours more • Prototype tested; UL,CSA and CE compliant. than 90% load) •System data display(optional with network and other • InPowerTM PC-based service tool available for PowerCommand gensets or transfer switches) detailed diagnostics, setup,data logging and fault simulation. Governing AmpSentry AC protection • Integrated digital electronic isochronous governor •AmpSentry Protective Relay—UL listed •Temperature dynamic governing • Over current and short-circuit shutdown •Smart lug speed mode • Gl ow • Over current warning plug control(some models) • Single and three phase fault regulation Voltage regulation • Over and under voltage shutdown • Integrated digital electronic voltage regulator • Over and under frequency shutdown •Three phase line-to-neutral sensing • Overload warning with alarm contact • Configurable torque matching • Reverse power and reverse Var shutdown • PMG (optional) • Field Overload Control functions Engine protection • Data logging on faults • Overspeed shutdown • Fault simulation (requires InPower) • Low oil pressure warning and shutdown •Time delay start and cooldown • High coolant temperature warning and shutdown •Cycle cranking • High oil temperature warning (optional) • (3)configurable customer inputs • Low coolant level warning or shutdown • (3)configurable customer outputs • Low coolant temperature warning • High and low battery voltage warning Options •Weak battery warning ❑Analog AC Meter Display • Dead battery shutdown ❑ Thermostatically Controlled Space Heater • Fail to start(overcrank)shutdown ❑ Key-type mode switch • Fail to crank shutdown ❑ Ground fault module • Redundant start disconnect ❑Auxiliary relays(3) • Cranking lockout ❑ Echelon LoNWoRKS interface •Sensor failure indication ❑ Modlon Gateway to convert to Modbus(loose) Operator interface ❑ PowerCommand iWatch web server for remote monitoring and alarm notification(loose) •Off/manual/auto mode switch ❑ PCCNet and Lonworks Digital input and output • Manual run/stop switch module(s)and Remote annunciators(loose) • Panel lamp/test switch • Emergency stop switch •Alpha-numeric display with pushbutton access,for viewing engine and alternator data and providing *, � setup, controls and adjustments cr.s , . • LED lamps indicating genset running, not in auto, common warning, common shutdown i x, ■ - 5 configurable LED lamps PowerCommand 2100 • O g control operator/display • LED bargraph AC data display(optional) ems . panel Our energy working for you cumminspower.com ©2013 Cummins Power Generation Inc. i S-1607c(8/13) Emergency standby power(ESP): Applicable for supplying power to varying electrical II P— i .1 r .I load for the duration of power interruption of a reliable ��^164,1 �� l 11 �ihlr '•' Dim"B" utility source. Emergency Standby Power(ESP)is in ���`.��F.. .% i accordance with ISO 8528. Fuel Stop power in I�.1. .r11�_ _ j , accordance with ISO 3046,AS 2789, DIN 6271 and BS ail ii 5514. Limited-time running power (LTP): _� r Applicable for supplying power to a constant electrical iniimP. Ar I •����,�/ load for limited hours. Limited Time Running Power 1/� - fr (LTP)is in accordance with ISO 8528. _�l��li•��I�R Dim"c" Prime power(PRP): e. .... "--,�- Applicable for supplying power to varying electrical l o I load for unlimited hours. Prime Power(PRP)is in accordance with ISO 8528. Ten percent overload Dim"A^ capability is available in accordance with ISO 3046,AS 2789, DIN 6271 and BS 5514. Base load (continuous) power (COP): This outline drawing is for reference only. See respective model Applicable for supplying power continuously to a data sheet for specific model outline drawing number. constant electrical load for unlimited hours. Continuous Power(COP)in accordance with ISO 8528, ISO 3046, Do not use for installation design AS 2789, DIN 6271 and BS 5514. Dim"A" Dim'B" Dim"C" Set Weight* Set Weight* Model mm(in.) mm(in.) mm(in.) dry kg fibs) wet kg(ibs) GGHG 2662(104.8) 1016(40.0) 1397(55.0) 1071 (2362) 1111 (2450) kGGHH 2662(104.8) 1016(40.0) 1397(55.0) 1093(2410) 1133(2498) Weights represent a set with standard features. See outline drawings for weights of other configurations. Codes and standards Codes or standards compliance may not be available with all model configurations-consult factory for availability. The generator set is available Listed to UL This generator set is designed in facilities 2200,Stationary Engine Generator certified to ISO 9001 and manufactured in Assemblies. The PowerCommand control is facilities certified to ISO 9001 or ISO 9002. 0 Listed to UL 508-Category NITW7 for U.S. and Canadian usage. The Prototype Test Support(PTS)program • verifies the performance integrity of the generator set design. Cummins Power Engine certified to U.S.EPA SI Stationary Generation products bearing the PTS symbol U. EPA Emission Regulation 40 CFR,Part 60. meet the prototype test requirements of NFPA 110 for Level 1 systems. The generator set package is available certified Se® All low voltage models are CSA certified to International for seismic application in accordance with the �7 product class 4215-01. Building following International Building Code: Code IBC2000,IBC2003,IBC2006,IBC2009 and IBC2012. Warning:Back feed to a utility system can cause electrocution and/or property damage.Do not connect to any building's electrical system except through an approved device or after building main switch is open. North America 1400 73rd Avenue N.E. Minneapolis,MN 55432 USA Phone 763 574 5000 Fax 763 574 5298 C Power Our energy working for you.- Generation 02013 Cummins Power Generation Inc.All rights reserved. e Cummins Power Generation and Cummins are registered trademarks of Cummins Inc.PowerCommand,AmpSentry,InPower and Our energy working for you."are trademarks of Cummins Power Generation.Other company,product,or service names may be trademarks or service marks of others.Specifications are subject to change without notice. CUmminspower.com S-1607c(8/13) # , Ok Power Generator set data sheet C, Generation EPA Emissions Model: GGHH KW rating: 100 natural gas standby 100 propane standby Frequency: 60 Fuel type: Natural gas/propane Exhaust emission data sheet: EDS-327 Exhaust emission compliance sheet: Sound performance data sheet: MSP-185 Cooling performance data sheet: Prototype test summary data sheet: PTS-147 Standard set-mounted radiator cooling outline: 0500-3485 Fuel Natural gas Propane Standby Prime Standby Prime consumption kW(kVA) kW(kVA) kW(kVA) kW(kVA) Ratings 100(125) 100(125) Load 1/4 1/2 3/4 Full 1/4 1/2 3/4 Full 1/4 1/2 3/4 Full 1/4 1/2 3/4 Full scfh 406 618 848 1090 178 272 367 467 m'/hr 11.5 17.5 24 _30.9 5.1 7.7 10.4 13.2 Engine Natural gas Propane Standby rating Prime rating Standby rating 'Prime rating Engine model WSG-1068 Configuration Cast iron,V 10 cylinder Aspiration Turbocharged Gross engine power output,kWm(bhp) 131.3(176.0) 122.3(164.0) BMEP at rated load,kPa(psi) 1158.3(168.0) 1158.3(168.0) Bore,mm(in) 90.2(3.55) 90.2(3.55) Stroke,mm(in) 105.9(4.17) 105.9(4.17) Rated speed,rpm 1800 1800 Piston speed,m/s(ft/min) 6.4(1250.0) 6.4(1250.0) Compression ratio 9.0:1 9.0:1 Lube oil capacity,L(qt) 6.1 (6.5) 6.1 (6.5) Overspeed limit,rpm 2400±50 2400±50 Regenerative power,kW 16.00 16.00 Fuel flow Minimum operating pressure,kPa(in H2O) 1.7(7.0) I , I 1.7(7.0) Maximum operating pressure,kPa(in H2O) 3.4(13.6) 3.4(13.6) Our energy working for you.- cumminspower.com ®2014 Cummins Power Generation Inc. I D-3385e(2/14) • Natural gas Propane Air Standby rating Prime rating Standby rating Prime rating Combustion air,m3/min(scfm) 6.3(222.0) 5.8(204.0) Maximum air cleaner restriction,kPa(in H20) 1.2(5.0) 1.2(5.0) Alternator cooling air,m3/min(scfm) _ 37.0(1308.0) 37.0(1308.0) Exhaust Exhaust flow at rated load,m3/min(cfm) 19.4(687.0) 17.9(633.0) Exhaust temperature,°C(°F) 573(1063) 555(1031) Maximum back pressure,kPa(in H20) 6.2(25.0) 6.2(25.0) Available back pressure for additional sound attenuation 10.2.5 2.5(10.0) and piping,kPa(in H2O) ( 0) Standard set-mounted radiator cooling Ambient design,°C(°F) 40(104) 40(104) Fan load,kW(HP) 7.3(9.8) 7.3(9.8) Coolant capacity(with radiator),L(US gal) 33.1 (8.8) 33.0(8.8) Coolant system air flow,m3/min(scfm) 193.1 (6825.0) 193.1 (6825.0) Total heat rejection,MJ/min(Btu/min) 9.3(8740.0) 9.3(8740.0) Maximum cooling air flow static restriction,kPa(in H2O) 0.124(0.5) 0.124(0.5) Weights' Unit dry weight kgs(Ibs) 1093(2410) Unit wet weight kgs(Ibs) 1133(2498) Notes: 'For non-standard remote installations contact your local Cummins Power Generation representative. 2 Weights represent a set with standard features. See outline drawing for weights of other configurations. Our energy working for you.- ©2014 Cummins Power Generation Inc. I D-3385e(2/14) cumminspower.com ., Alternator data Natural gas three phase table' 105°C 105°C 105°C 105°C 125°C 125°C 125°C 125°C 150°C 150°C 150°C Feature code B418 B415 8268 B304 8417 B414 8267 B303 B416 B413 B419 Altemator data sheet P08 208 210 207 207 207 209 207 206 207 206 number 110/190 120/208 120/208 110/190 120/208 120/208 110/190 120/208 thru thru thru thru thru thru thru thru Voltage ranges 120/208 139/240 139/240 347/600 120/208 139/240 139/240 347/600 120/208 139/240 220/380 240/416 240/416 220/380 240/416 240/416 220/380 240/416 347/600 thru thru thru thru thru thru thru thru 240/416 277/480 277/480 240/416 277/480 277/480 240/416 277/480 Surge kW 111 111 112 110 109 109 111 110 108 109 109 Motor starting kVA(at 90%sustained voltage) Shunt 422 422 563 360 360 360 516 360 313 360 313 PMG 497 497 663 1 423 423 423 607 423 368 423 368 Full load current amps 1 120/206 127/220 139/240 P20/380 240/416 ?77/480 347/600 at standby rating 347 328 301 190 173 150 120 Propane three phase table' 105°C 105°C 105°C 105°C 125°C 125°C 125°C 125°C 150°C 150°C 150°C Feature code B418 8415 B268 B304 B417 B414 B267 B303 B416 B413 8419 Altemator data sheet 208 208 210 207 207 207 209 207 206 207 206 number 110/190 120/208 120/208 110/190 120/208 120/208 110/190 120/208 thru thru thru thru thru thru thru thru Voltage ranges 120/208 139/240 139/240 347/600 120/208 139/240 139/240 120/208 139/240 220/380 240/416 240/416 220/380 240/416 240/416 347/600 220/380 240/416 347/600 thru thru thru thru thru thru thru thru 240/416 277/480 277/480 240/416 277/480 277/480 240/416 277/480 Surge kW 104 104 104 103 102 102 104 103 101 102 102 Motor starting kVA(at 90%sustained voltage) Shunt 422 422 563 360 360 360 516 360 313 360 313 PMG 497 497 663 423 423 423 607 423 368 423 368 Full load current amps 1 120/208 127/220 139/240 220/380 240/416 277/480 347/600 at standby rating 347 328 301 190 173 150 120 Natural gas single phase table 105°C 105°C 105°C 105°C 125°C 125°C 125°C 125°C Feature code B418 B415 B274 B268 B417 B414 B273 B267 Altemator data sheet P08 208 209 210 207 207 208 209 number Voltage ranges 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' Surge kW 108 108 110 109 106 106 109 108 Motor starting kVA(at Shunt 250 250 305 330 215 215 250 305 90%sustained voltage) PMG 290 290 360 385 250 250 290 360 Full load current amps 1 120/240' 120/240' at standby rating 278 417 Propane single phase table 105°C 105°C 105°C 105°C 125°C 125°C 125°C 125°C Feature code 8418 B415 8274 B268 B417 B414 B273 B267 Altemator data sheet 208 208 209 210 207 207 208 209 number Voltage ranges 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' 120/240' Surge kW 101 101 103 102 100 100 102 101 Motor starting kVA(at 90%sustained voltage) Shunt 250 250 305 330 215 215 250 305 PMG 290 290 360 385 250 250 290 360 Full load current amps 1 120/240= 120/24Q' at standby rating 278 417 Notes: '.Single phase power can be taken from a three phase generator set at up to 2/3 set rated 3-phase kW at 1.0 power factor. Also see Note 3 below. i The broad range alternators can supply single phase output up to 2/3 set rated 3-phase kW at 1.0 power factor. a The extended stack(full single phase output)and 4 lead alternators can supply single phase output up to full set rated 3-phase kW at 1.0 power factor. Our energy working for you." CUmm10SpOWer.COm ©2014 Cummins Power Generation Inc. 1 D-3385e(2/14) Derating factors Natural gas Standby/prime Engine power available up to 594 m(1950 ft)at ambient temperatures up to 40°C(104°F). Altitude Three phase derate-4%per 305 m(1000 ft)above 594 m(1950 ft).Temperature derate-2%per 11 °C(1%per 10°F) above 40°C(104°F). Standby/prime Engine power available up to 594 m(1950 ft)at ambient temperatures up to 30°C(86°F). Altitude derate Full single phase output -4%per 305 m(1000 ft)above 594 m(1950 ft). Temperature derate-4%per 10°C(2%per 10°F) above 30°C(86°F). Propane Engine power available up to 305 m(1000 ft)at ambient temperatures up to 25°C(77°F). Altitude derate Standby/prime -4%per 305 m(1000 ft)above 305 m(1000 ft).Temperature derate-2%per 11 °C(1%per 10°F)above 25°C(77°F). Ratings definitions Emergency standby power Limited-time running Prime power(PRP): Base load(continuous) (ESP): power(LTP): power(COP): Applicable for supplying power to Applicable for supplying power Applicable for supplying power Applicable for supplying varying electrical load for the to a constant electrical load for to varying electrical load for power continuously to a duration of power interruption of a limited hours. Limited Time unlimited hours.Prime Power constant electrical load for reliable utility source.Emergency Running Power(LTP)is in (PRP)is in accordance with ISO unlimited hours.Continuous Standby Power(ESP)is in accordance with ISO 8528. 8528.Ten percent overload Power(COP)is in accordance accordance with ISO 8528.Fuel capability is available in with ISO 8528,ISO 3046,AS Stop power in accordance with accordance with ISO 3046, 2789,DIN 6271 and BS 5514. ISO 3046,AS 2789,DIN 6271 and AS 2789,DIN 6271 and BS BS 5514. 5514. Formulas for calculating full load currents: Three phase output Single phase output kW x 1000 kW x SinglePhaseFactor x 1000 Voltage x 1.73 x 0.8 Voltage Warning:Back feed to a utility system can cause electrocution and/or property damage.Do not connect to any building's electrical system except through an approved device or after building main switch is open. North America 1400 73rd Avenue N.E. Minneapolis,MN 55432 USA Phone 763 574 5000 Fax 763 574 5298 itao Power I Generation Our energy working for you.° 5/2014 Cummins Power Generation Inc.All rights reserved. Cummins Power Generation and Cummins are registered trademarks of Cummins Inc.PowerCommand,AmpSentry,InPower and'Our energy working for you."are trademarks of Cummins Power Generation.Other company,product,or service names may be trademarks or service marks of others.Specifications are subject to change without notice. ID-3385e(2/14) cumminspower.com