Loading...
HomeMy WebLinkAboutWTR272880 (2) fli-SIA4POWER CITY OF RENTON PUBLIC WORKS RESUBMITTED BILL OF MATERIALS FOR GENERATOR SET CITY OF RENTON TRAILER MOUNTED GENERATOR W/O #12798 BILL OF MATERIALS SIMPSON POWER PRODUCTS LTD. FOR APPROVAL 11545 Kingston St.,Maple Ridge(Vancouver),B.C.,Canada,V2X OZ5 Date: Jun-14-2001 Tel:604-460-3611,Faxes:604-460-1974,Toll Free:888-291-2011 Quote: BDO0161 Website:www.simpower.com E-mail:sales@simpower.com TM WO: 12798 Rev: 6 --------------------------------------------- PROJECT: City of Renton Customer: City of Renton Public Works Dept CONTACT: JD Wilson 7th Floor Renton City Hall 1055 S. Grady Way, Renton WA 98055 Tel: 425-430-7295 Fax: 425-430-7241 Engineer: RH2 Engineering, Inc CONTACT: Dennis Baker, EE 300 Simon Street SE 1-425-951-5378 Suite 5 East Wenatchee, WA_98802 Contractor: Simpson Power Products Ltd. CONTACT: Bill Dolliver Fax: 425-486-8206 1-425-486-7305 Approval Status: SIMPOWER is specified Supplier Pages of specifications received: Division 16, 16-1 to 16-14 Drawings received: none Addenda received: 2 Quotation is: As Per Specifications, Drawings and Addenda received Except as Detailed in section 'EXCLUSIONS, CONDITIONS AND NOTES' SIMPOWER MODEL: SP0500D:S6A3-PTA RATING: STANDBY POWER FACTOR: 0.8 KILOWATT/KVA: 500 KW/625 KVA D/C VOLTAGE: 24 VOLTS OVERLOAD: 0 % FUEL: DIESEL R.P.M: 1800 AMBIENT TEMPERATURE: 40 C (104 F) PHASE: THREE PHASE ELEVATION: 155 M (508.4 ft) A/C VOLTAGE: 277/480V FREQUENCY: 60 Hz Quote BDO0161 Rev: 6 City of Renton Date: Jun-14-2001 Page 2 of 8 >Alternator Model: SIMPOWER SG560M-Rated 560KW, 480 Volts (Marathon Model: 572RSL-4027) Class H insulation (superior to class F) per NEMA MG1 22.4 and CSA standards > 125 degrees C in a 40 degree C ambient > - PMG Included > - 300% three phase short circuit current capability for 10 seconds Sizing of alternator to be provide as per spec's under C page 16-3 Automatic Voltage Regulator: Voltage regulation +/- 1%. Three phase sustained short-circuit current. Mounted in generator terminal box, c/w integral voltage adjust rheostat, > Manufacturer: > Model: MITSUBISHI S6A3-PTA Rev#5, Engine changed back to Mitsubishi * Flex fuel lines * DC Alternator and regulator and starter * Guards for moving parts Painted OshaWsha Orange * Engine mounted, "pusher"fan *Oil drain valve with extension > * Flexible rubber connections Torsional report to be provide for Engine &Alternator Battery Cables Sufficient length for mounting battery next to genset skid, on the starter side. Skid Heavy duty welded, structural steel Governor Electric isochronous: +/- .25% steady state frequency stability Barber Colman: DYNA-8000 > Block Heater REV#6 - One (1) 2250 Watt, 120 VAC Heater with thermostat. Unit mounted. -Wired to a junction box, AC power by others. Pigtail in connection compartment > Two gate valves for block heater isolation, (one on either side of the block heater) > Isolators Four(4) - RCA-50-2100 neoprene mounts with captive, seismic inserts Meets seismic 4 & Mobile unit capsize requirements Lube Oil First fill of engine manufacturer approved oil Cooling System > Radiator cooled C/W Top Tank at 122 degrees F ambient temperature Quote BD00161 Rev: 6 City of Renton Date: Jun-14-2001 Page 3 of 8 > 50/50 Antifreeze (-37 degrees C or-34 degrees F nominal) Antifreeze supplied for engine radiator capacity only. >Cooling Kit > - Radiator duct adapter Fuel Storage/Supply System > Sub-Base Tank > 850 U.S. Gallons > - Double walled construction > - UL Listed and Labeled Moblie fill box/cap &vent extension to prevent spillage Sight gauge mechanical type Low fuel level alarm at 30%fuel left in sub base tank > - Rupture leak detector >Control Panel Model: SIMPOWER PRO 42 Mounted for easy access just inside enclosure door curbside( or side facing rear radiator end,Trailer Bumper) Control Panel light *"Fault Reset' push button * Digital display (with back light): *AC frequency (Hz) *3 Phase AC Volts *3 Phase AC Amps * 3 Phase AC KW *AC VARM * 3 Phase AC PF * DC Volts * Running time hours * RPM + Coolant temperature + Lube oil pressure + Fuel level in US gallons Status Indicators: *Switch "Not in Auto.............................. Amber(Steady Flashing) *"System Ready" (auto mode).................. Green (Steady Flashing) *Operational Status.............................. Green (Rapid Flashing) *"Emergency Stop" activated................... Red (Steady Flashing) *Shutdown active................................... Overview Display Programmable timing functions......................... Factory Settings * Engine Start delay (adj 0 5 min).............................. 3 seconds (manual start mode) *Overcrank delay (adj 0-4 min)................................. 75 seconds * Low oil pressure bypass delay (adj 0-255 sec)........... 10 seconds *Cooldown timer(adj 0-255)..................................... 5 minutes Quote BD00161 Rev: 6 City of Renton Date: Jun-14-2001 --Page 4 of 8 *Cycle crank(adj 0-30 sec)...................................... 3 of 15 sec Alarm Annunciation -Digital Display * Low oil pressure............................................ Shutdown * High engine temperature.................................. Shutdown *Overspeed.................................................... Shutdown *Overcrank(fail to start).................................. Shutdown * Low battery voltage........................................ Alarm + Low fuel level................................................ Alarm * Low engine temperature................................... Alarm + Low coolant level............................................ Shutdown + High engine temperature.................................. Pre-alarm + Low oil pressure.............................................. Pre-alarm * High battery voltage..........................................Alarm > + Short circuit.................................................... Shutdown > + Generator over voltage..................................... Shutdown > + Generator under voltage.................................. Shutdown > *Generator under frequency............................... Alarm > + Oil pressure sender failure ............................. Alarm > * "Emergency stop" pushbutton and light > * Weak battery .............................................. Alarm + Tank rupture leak......................................................Alarm Annunciators/Miscellaneous Features: * Unit fail contact(10 amp) form C * Unit run contact(10 amp)form C Alarm Contacts to Telemetry: Provide auxiliary dry contacts for activating remote alarms to the telemetry panel for the following: Low fuel (set at 30% remaining fuel) Genset run Genset failure (Shutdown) Genset trouble (any alarm) > Battery Charger > Automatic, electronic battery charger UL/CSA listed > Rated: 10 amps, 24 volts > -Ammeter > - Input/Output fuses > +Voltmeter Operational monitors shall provide visual/audible output with individual form C contacts rated at 4amps, 120VAC, 30VDC for local indication of: Low battery voltage-red light High battery voltage-red light Power ON -green light( no relay contact) Power plug pigtail in connection compartment Quote BD00161 Rev: 6 City of Renton Date: Jun-14-2001 Page 5 of 8 > Muffler > 8 inch Residential, side inlet, end outlet Vertical tail pipes, stainless steel Weatherstop w/Hinge forward for turbo protection, stainless steel All exhaust piping, supports and fittings shall be stainless steel -Condensation drain and plug REV#5 -with drip leg down > - Mounted within the enclosure Insulated with 1" insulation to meet OSHA-WISHA standard Flexible Connection Corrugated, stainless steel, flexible connection Circuit Breaker > Type- Moulded case Frame size 800amps, 480 Volts, set mounted Rated @ 40C ambient temp., UI listed, installed in enclosure > 3 Phase, 3 Pole Double Lugs for 4/0 A,b,C,G & N (Total 10) Trip 800amps , adjustable > - Bell alarm contact REV#5 - mounted curb side w/cable access thru can &door w/hinged door. Transfer Switch Not Included > Battery Two (2) 8D-1100 (210 amp hr) batteries, c/w jumper cables > Battery Racks One (1) double 8D- Painted steel > Battery box > High strength polyethylene, with cover REV#5 - holdowns for mobile > Enclosure System > Deluxe Sound Attenuated Enclosure Sound level: 90dba @ 7meters The enclosure shall comply with the NEC and CSA labeled for interior clearance of all components, and ICC rules & regulations for road-legal towing trailers (lights) Access doors shall be lockable"D" ring twist latches, intrusion door alarm switches and keyed alike (RW-3 Best Lock Co only 7 pin core with deactivation switch for alarm on exterior of enclosure at controller access door(Curb side front) 1" insulation &22gauge Perforated lining Sheet metal intake&discharge hood with no insulation 4 Liftout type lockable doors c/w stainless steel hinges & locks Wind Latches REV#5-Thru wall tailpipe thimble Counter balance for no load slapping of weatherstop > -Weatherstripping on all doors and door stops. > - Four lifting ears on enclosure skid Quote BDO0161 Rev: 6 City of Renton Date: Jun-14-2001 Page 6 of 8 > - Control panel veiwing window(24"x 16") REV#5 -curb side right side facing rear Enclosure Electrical Alarm Contracts 120VAC service power telemetry plug in cable 100' 7 conductor Beldon 9422 & 10 conductor 4/0 AC power entrance compartment 120 Volt Duplex GFI Convenience recptacles: 20 amps convenience outlet, 480/120 single phase transformer CM breaker mounted within enclosure for use by city when Genset is in operation (ENG beside location) As per Spec's, see spec's page 16-10 to 12 under P,Q,V,W( Discuss with Bill Dolliver) Cable box for 100' cable for easy access curb side front end of Trailer 3 hand rails between access door exterior side (OSHA-WISHA) Trailer MFG. may build Unit Color Devoe Gloss white for night operation visibility 500ml (1/2 litre)touch-up paint > Labels Two custom red fiberglass with white letters warning signs as per text mentioned see Spec's page 16-12 under Y Two (2) decals"MADE IN CANADX SIMPOWER Identification Striping International Union of Operating Engineers CSA Approval CSA C282 Preventative Maintenance warning Two (2) decals"Danger unit may start automatically" Basic operational instructions on control panel access door >Trailer Trailer shall be 36000(GVWR) (at 125%of the weight of all installed components) plus all fluids, with a 300% impact factor on the wheel and axle assembly Towing eye shall be rated for 500%of the weight of completed unit with a vertical weight rating of 60% of completed unit weight. Trailer shall have tandem axles with air brakes& lockable vavle on disconnect > One (1) triple axle trailer -and drop deck > Air brakes c/w glad hands with brackets. DOT trailer lights includes clearance lights (Trailer& Enclosure) Extra Spare wheel, tire and carrier Channel bumper with recessed tail lights Duplex Front& Rear leveling jacks with bubble gague access steps to deck each side See spec's for trailer more details page 16-5 under J &addendum 1 & 2 REV#4 - Night operation flood lights w/switch box Factory Testing Certified Factory Test Reports > Witness test, 10 days notice, by Engineer > Four(4) hours at 100% load Quote BD00161 Rev:6 City of Renton Date: Jun-14-2001 Page 7 of 8 -At unity power factor > -Strip chart recording For 100% block load >Tools &Spare Parts > Standard tool kit REV#4 -mounted for mobile OPS > Spares Fuel Filter 3sets, Lube Oil Filter 3sets, Air Filter 3sets, Complete sets of V belts 3sets > Drawings Submittal & Shop Drawings For Special instructions see 1.3 page 1-2 Make 7 copies total (5 for owner) Operating and Maintenance Manuals. > Three SIMPOWER standard, English only Make prior to start-up for training One installation manual shipped with the unit. > Field Start-up one site visit allowed, 3 hour test at owners pump station (with owners cables access within 100 feet) 5 copies of these results shall be provided to owner Filling of fuel: 850 US Gallons in tank after load testing > Additional visits at extra cost. Unless unit fails to perform as specified above >Training Training in operation and maintenance of equipment after load testing of the Genset At City Shops >Outgoing Freight FOB destination, freight allowed on Low Boy with ramps Offload assistance with City tow vehicle required at Renton Shops Trailer may be towed up to 500 miles if Simpson delivers with pintle hitch vehical After field testing the Genset shall be delivered to the City of Renton shops 3555NE second street > Packing None Unit is weather Proof Spares are in poly protected boxes identified >Warranty > Earlier of 60 months after field start-up or 66 months after shipment date or 2000 hrs of operation. - Rev#5 Warranty changed. B. CONDITIONS: Renton City Contract Accepted C. NOTES: -Delivery: Tested and delivered within 90 calendar days after approval of all shop drawings and submittals -All meters are digital, except fuel gauge on tank Quote BDO0161 Rev: 6 City of Renton Date: Jun-14-2001 Page 8 of 8 -THE UNIT SHALL HAVE A CSA RATING OF 500 KW AND AN EPA RATING BETWEEN 460 -480 KW. Approved by: Quote prepared by: Sudhakar (Sudhi) Rao MANAGER,CONTRACTS 6 QUOTATIONS SIMPSON POWER PRODUCTS LTD. TM TERMS AND CONDITIONS 1. GOVERNING PROVISIONS: Purchaser and Simpson Power Products Ltd.('SIMPOWER')agree that the Order Acknowledgement issued by SIMPOWER shall be the binding contract between the parties. The terms and conditions set forth in the Order Acknowledgement and in these Tema and Conditions shall be the entire contract notwithstanding any different terms or conditions in a quotation,Bill of Materials or any other document provided by SIMPOWER or in a purchase order or any other document submitted by Purchaser. Unless consented to in writing by the President or the Vice-President of SIMPOWER,SIMPOWER's acceptance is hereby expressly limited to the terms and conditions contained in the Order Acknowledgement. 2. DELIVERY: SIMPOWER agrees to deliver and Purchaser agrees to buy the items at the prices and in the quantities provided in the Order Acknowledgement and in any document attached to or referred to in the Order Acknowledgement. SIMPOWER shall not be liable for damage due to delay in shipment,or any event which is not reasonably foreseeable or which is beyond SIMPOWER's reasonable control. 3. PACKING AND SHIPPING;RISK OF LOSS;PASSAGE OF TITLE: Purchaser shall be responsible for the costs incurred by SIMPOWER for delivery. Purchaser shall arrange all risk and transportation insurance coverage for all products during all periods after delivery of same to Purchaser's premises or other location specified by Purchaser. Purchaser hereby assigns to SIMPOWER Purchaser's rights to any proceeds of insurance,to the extent of any amounts owed by Purchaser to SIMPOWER..Title to goods shall pass to Purchaser when SIMPOWER has receive payment in full therefor. Risk of loss shall pass to Purchaser upon delivery to Purchaser or location specified by Purchaser. Purchaser shall ensure that all items shown on the packing slip are received,and all items on a packing slip shall be deemed to have been received in good order and free of visible damage when the Purchaser's representative has acknowledged delivery by signing any carrier's delivery receipt,unless otherwise noted on such delivery receipt. 4. PAYMENT: Unless otherwise specifically agreed to in writing,terms are cash on delivery. If credit has previously been authorized,payment is due within 30 days of invoice date. A late charge equal to 12%per annum will be imposed on any portion of an account not paid within 30 days after the invoice date,from the invoice date until paid in full. Invoices may be rendered as completed components become ready for shipping. SIMPOWER may at any time in its sole discretion revoke credit,or require payment in advance of manufacture or delivery of goods. If Purchaser fails to pay any amount when due.Purchaser shall not be entitled to any warranty protection,notwithstanding any other provision of these Terms and Conditions,or any other written warranty supplied by SIMPOWER. 5. CANCELLATION: Purchaser may not modify or cancel any portion of Purchaser's order as specified in the Order Acknowledgement unless agreed to in writing by SIMPOWER. If in the opinion of SIMPOWER the financial condition of the Purchaser does not justify proceeding with work,SIMPOWER may cancel all or part of any order. In the event of any cancellation,the Purchaser shall pay reasonable cancellation charges and costs incurred by SIMPOWER to the date of cancellation,and payment based on the quoted purchase price and the proportion of work completed to the date of cancellation. The minimum cancellation charge shall be 20%of the price for the portion cancelled. All such amounts are liquidated damages,not penalties. 6. RETURNED GOODS: Return shipments will be accepted and credit issued subject to the following provisions: a. an inventory listing of merchandise being requested for return must be submitted in writing; b. each return must have SIMPOWER's prior written approval before shipment or the merchandise will not be accepted. All return merchandise must be shipped freight prepaid; C. all merchandise must be unused,current,saleable,properly identified on the listing referred to above,and in the same condition in all respects as when shipped; d. credit will be issued at the original purchase price after SIMPOWER's verification of the merchandise count; e. a restocking charge of 20%will be imposed on all returns. 7. DEFECTIVE GOODS: Subject to part 4 above,all products sold by SIMPOWER whether separately or as components of other units,are sold solely upon and subject to the terms warranted by their respective manufacturers. B. WARRANTY: SIMPOWER makes no warranty or representation,express or implied,with regard to the items sold except as expressly set forth in any written Limited Warranty document provided to Purchaser,the terms of which are incorporated herein by this reference(subject to part 4 above). SIMPOWER GIVES NO OTHER EXPRESS OR IMPLIED WARRANTIES, NOR DOES IT MAKE ANY REPRESENTATION OR WARRANTY AS TO THE QUALITY OR CONDITION OF THE ITEMS OR AS TO THEIR MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. SIMPOWER shall have no responsibility or liability for any warranty or representation made by its distributors,dealers or agents with respect to the items sold, except as expressly set forth in the aforesaid Limited Warranty document. No change to the Limited Warranty shall be binding upon SIMPOWER unless in writing and signed by the President or the Vice-President of SIMPOWER. It shall be the Purchaser's responsibility to request and review a copy of any Limited Warranty document applicable to the goods purchased. Purchaser shall not make any claim under any Limited Warranty after one year after the date on which the right to do so arose. 9. LIMITED LIABILITY: SIMPOWER's LIABILITY HEREUNDER IS LIMITED TO THE REPAIR OR REPLACEMENT OF DEFECTIVE PARTS AS PROVIDED FOR IN SIMPOWER'S OR MANUFACTURER'S STANDARD WARRANTY POLICY. SIMPOWER SHALL NOT BE LIABLE FOR ANY PERSONAL INJURY(INCLUDING DEATH)TO ANY PERSON OR ANY OTHER LOSS OR DAMAGE,WHETHER DIRECT,INDIRECT OR CONSEQUENTIAL,WHETHER TO THE EQUIPMENT INTO WHICH PARTS ARE INSTALLED OR TO ANY OTHER PROPERTY, WHETHER OR NOT CAUSED OR CONTRIBUTED TO BY ANY DEFECT IN PARTS(WHETHER LATENT OR PATENT)OR BY ANY OTHER CAUSE OR REASON WHATSOEVER. IN NO EVENT SHALL LIABILITY OF SIMPOWER,ARISING IN ANY WAY OUT OF NEGLIGENCE, OR PERFORMANCE OR BREACH OF THESE TERMS AND CONDITIONS, OR MANUFACTURE,SALE,USE,RESALE,REPAIR OR DELIVERY OF ANY EQUIPMENT COVERED BY THIS CONTRACT,EXCEED THE PRICE PAID BY PURCHASER FOR THAT PORTION OF SUCH EQUIPMENT WHICH GIVES RISE TO THE CLAIM OR CLAIMS. IN NO EVENT SHALL SIMPOWER BE LIABLE FOR SPECIAL OR CONSEQUENTIAL DAMAGES. 10. NET PRICE: Purchaser shall pay to SIMPOWER the net price for all goods sold,and shall be responsible for payment of all applicable taxes and duties,such as sales and use taxes and import or export duties. All tax exemptions must be certified. Any exemption from taxes or duties is extended to Purchaser without prejudice to SIMPOWER's right to charge Purchaser with the taxes or duties at any subsequent date should applicable authorities determine that the material sold is not exempt,or that additional taxes or duties are payable. SIMPOWER does not warrant correctness of any tax or duty calculations,and will not be responsible to refund to Purchaser any overpayment of taxes or duties. SIMPOWER may in its sole discretion elect to apply for a refund of any overpayment and may elect to pass on to the Purchaser a portion of any refund obtained,after deducting costs and expenses(including legal fees)incurred to obtain the refund. 11. ASSIGNMENT: Purchaser may not assign any rights hereunder without SIMPOWER's written consent. The terms and conditions hereof shall bind any permitted successors and assigns of Purchaser. No such assignment shall relieve the Purchaser of any obligation hereunder. 12. CHOICE OF LAW&VENUE: This agreement is made in British Columbia,Canada,and shall be construed in accordance with the laws of British Columbia. Both parties hereby attom to the exclusive jurisdiction of the Supreme Court of British Columbia for all matters connected with this agreement,PROVIDED that SIMPOWER may at its sole option elect Vial in any other jurisdiction in connection with collecting amounts due from the Purchaser. 13. LIABILITY: Purchaser shall indemnify and save harmless SIMPOWER from and against any and all claims,actions,demands,losses,costs(including all legal fees and disbursements as between a solicitor and his own client),damages,expenses and liabilities arising in whole or in part out of: a. any breach of contract by the Purchaser; b. any use or handling of the equipment sold to the Purchaser,whether by the Purchaser or any other person,after delivery of same; C. any act or omission of the Purchaser or its agents,employees or contractors. 14. NOTICES: Any notice required or permitted shall be given in writing and shall be effective when delivered personally,or deposited in the mail,or sent by telecopier to Purchaser or SIMPOWER,as the case may be. 15. WAIVER: Failure by SIMPOWER to enforce at any time or for any period of time any provision of this agreement shall not be construed to be a waiver of such provision or the right thereafter to enforce such provision. No prior waiver or course of dealing between SIMPOWER and Purchaser shall affect the right of SIMPOWER to require strict performance hereunder by Purchaser in accordance with the terms and conditions of this agreement. 16. GENERAL: Any clerical error or error in extension contained in any quotation or invoice shall be automatically corrected upon giving written notice thereof to Purchaser. Purchaser acknowledges having received a copy of this document. This constitutes the entire agreement between the parties and there are no understandings or obligations not expressly set forth herein. Rev:01,8ep-00 WUteraturelTerms& ConditfonslTerms&Conditions-Standard.doc DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAINING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD. IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. MOBILE FILL BOX W/CAP & VENT EXTENSION 35 136 [9141 35 35 6 3511Wx7011H REAR DOUBLE DOOR NOTES EXHAUST HOOD [889] 889 1 ALL DIMENSIONS ARE IN inches W/ BIRDSCREEN I [ ] [889] [152 C/W 24"x IR' INTAKE G WINDOW O [mm] SPARE _ HOOD C/W BIRDSCREEN O APPROX. GENSET WEIGHT IN Ibs [kg]: 9491 [4314) WHEEL t" AT BOTTOM FACE APPROX. ENCLOSURE WEIGHT IN Ibs [kg]: 850 [386] FRONT DUAL TONGUE APPROX. TANK(WET) WEIGHT IN Ibs [kg]: 10400 [4727] JACK � r-i o APPROX. UNIT WEIGHT IN Ibs [kg]: 27000 [122727] I I I I L ----J -----� -�-- d _ W 0 TRAILER_ kco4' Ke o Cr) Sw,te,F y N S4MC /oc Af•o.v e!'S O3 OVERALL SHIPPING DIMENSIONS MARKED WITH AN ( ) t I ' ' 00 N /ave✓/9 A f Sw.Yt�, GENERATOR SET TO BE LIFTED BY LONGITUDINAL �h i_��I „ liy l�_ 4 O 6"Hx1 5"L CHANNELS OF GENSET FRAME ONLY. I ' I -• y-+`� =�' ICI I 0'__ n - CABLE ACCESS O ENCLOSURE INSULATED & RATED FOR 9OdBA & 7m. I gT FF}}I $T J"J L 6 HITCH DETAILS TBA BY CUSTOMER L-LJ �� -._-L•_-- -�--li O LOAD CENTER (OUT SIDE) BUMPER O7 THE TRAILER SHALL MEET WADOT REQUIREMENTS. ............................ ..... . ......... M,°..v ON�pwlZ frtw�,^iq/S O 460 ENGINE SHALL BE EPA CERTIFIED TO PRODUCE TRANSFORMER RECPTALES (INSIDE) ; S�ei o �35"WX70"H STEP & PLATFORM Pepe' - �if"Nf'•Ns .� FRONT DOUBLE /6•Su F,.ro/ ca.vFp I DOOR BATTERY CHARGER (PIGTAIL CONNECTION BY SPP.) A 1 " INSULATION 6 RAIN CAP ON MUFFLER & PIPE [152] S.S TAIL PIPE 31 [787] 68 [1727) BIRD SCREEN 35 35 22 3/4 35 46 [1168] [889] [889] [578] 889] 29 5/8 [753] FLOOD LIGHT ! I r--r--- , I. I MUFF �—� '� ---t-----T AIR INTAKE OPENING r, 68"Wx48"H ! N 0D r� 11 -- o Pr, C/W BIRD SCREEN oo r, L✓ I III II I - -1 L _ I r I r� L✓ Ckf �'/ t 0 1" SOLID HANDRAIL iL In CIDI I 111 - h11 �{ I Lo r, cn 1 ��' �, 1 -- - �; r� CDrn i // I �� i C8x1 1.5 FRAME ALL ``' LL j V + _ w I �/ I �� I ROUND C/W DWG.#.509B AT FOUR CORNERS N * In - ill ' r � �* - i—� In -- --------1---------L —u .- BUMPER — - r, STOP & TURN LIGHT Q ---------------- --- --- . .-- -- - I FUEL SUB BASE TK 1 REAR DUAL 6"Hx15"L TONGUES JACKS CABLE ACCESS Lo � I rn MOBILE FILL BOX BUMPER W/ 154 [3912] CAP & VENT EXTENSION STOP & TURN LIGHT " 76 1/2 [1943] TO PREVENT SPILL *330 3/16 [8386] STEPLAP ORM In STANDARD DRAWING 85606 SCALE TITLE 1:48 500 kW GENERATOR SET SIMPSON POWER PRODUCTS LTD. C CHANGED TO MITSUBISHI ENGINE S6A3-PTA & GENERAL REVISION SM 11JUN01 DRAWN BY DATE TRAILER MOUNTED ENCLOSURE 11545 Kingston St.Maple Ridge(Vancarver),B.C., Canada.V7X 0Z5 B GENERAL REVISION Ski 31 MAY01 SM 21 MARO 1 Tel:(604)4603611,Farc(604)"0.1974.Parts Dire&-(604)4603301 A FOR APPROVAL SM 21MAR01 KD 8Y DATE R PH ELEVATION & SIDE VIEW WORK ORDEASE N0. DWG. N0. REV. LN0. REVISIONS BY DATE IC{ , i'�lir0 CITY OF RENTON 12795 2000 12798-4 C DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SCdPSON POWER PRODUCTS LTD. IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. 86 [2185] 33 3/4 [857] NOTES O1 ALL DIMENSIONS ARE IN inches [mm] LL GF O APPROX. UNIT WEIGHT IN Ibs [kg]: 9977 (4535] CID + CU O OVERALL SHIPPING DIMENSIONS MARKED WITH A (•) o o! GENERATOR SET TO BE LIFTED BY LONGITUDINAL CHANNELS OF GENSET FRAME ONLY. �``^ `i I I II SG *OS PIGTAIL IN CONNECTION COMPARTMENT BY SPP. RA 1 0 0 0 0 0 0 ' �, 0 _ AC J OBT O. �.o OUT VI MTG. HOLES 0-0 O. .o 6 0 1 1/1 6"0 ON LOWER BT/BC LOWER FLANGE ONLY CONNECTION AREA 13 7/8 [353] 47 9/1 6 [1 208] -- ABB. COMPONENT QTY. MODEL .0 % -T-� AC AIR CLEANER 1 1210-110-84967-S �D CID CB BC BATTERY CABLE 2 5650-150-SPPSTD BH BLOCK HEATER 1 1350-131-330-0025 / \\\ DA CB CIRCUIT BREAKER 1 5000-100-SOOA FRAME cal RA I I' 000 AC CP CONTROL PANEL 1 5000-2CO-PRO42 I I DA DUCT ADAPTOR 1 1310-120-DA i DE DIESEL ENGINE 1 1200-1QA-S6A3-PTAS O I I o x.il SG i •i EF EXHAUST FLEX 1 6100-310-B2984A In In 9 4 �� II i i FR FUEL RETURN 1 1200-480-3/8" NPTM N \ 5 1499] FS FUEL SUPPLY 1 1200-480-1/2" NPTF .I o i GF GENSET FRAME 1 1400-110-GF MF F—A FGP FRONT GUSSET PLATE 4 121 1-100-B3849B ------------- Q is -- RGP REAR GUSSET PLATE 4 1211-100-830838 LL FGI L L BH*�� FS FR 90D II G C6x8.2 LL LIFTING LUG 4 1400-215-6509 - C12x20.7 MF MOUNTING FEET FR 2 1211-100-SPP0238 RR 2 1211-100-SPP0236 LO CD 11 16"0 I VI VI C4x5.4 Ln OD OIL DRAIN W/ 1 1210-100-1/2" GATE Irol PLACES 27 [686] — 3 [76] TYP. — I VALVE & PLUG 30 [762] FOR VI 106 13/16 [2713] RA RADIATOR 1 1300-110-CVR-121 N 33 1/2 [851] C 12x20.7 1 1 6 1/4 [2953] 1n SG SPP GENERATOR 1 1 100-SG450-572RSL4027 In VI VIBRATION ISOLATOR 4 1410-RCA-50-2100 *65 [1651] *140 15/1 6 [3579] _ STANDARD DRAWING CV 87667 SCALE TITLE 1:24 500 kW GENERATOR SET SIMPSON POWERPRODUCTS LTD. C CHANGED ENGINE TO S6A3-PTA SM 11JUN01 hDRAWN BY DATE aple Ridge(Vancouver),B.C.. Canada,V2X OZ5 MODEL:SP050OD3P:S6A3-PTA Ta45 Kingston St,(604)460-611MFax(6D4)460-19774,,Parts Direct(604)460-3301 B MODIFIED EXHAUST OUTLET SYSTEM , RELOCATED CP & CB SM 31MAY01SM 16MAY01 fl- I 227�480 VOLTS A CHANGED ENGINE TO P222LE & GENERAL REVISION SM 21 MAY01 KD RY DATE WORK ORDER PHASE NO. DWG. N0. REV. NO. REVISIONS BY I DATE J�N i CITY OF RENTON 12798 2000 12798-1 C I I DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD- IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. DESCRIPTI❑N OTY. PART NUMBER MICRO-PR❑ 1 1 MICROPR❑1 N/❑ SWITCH 1 3SB1430-OB N/C SWITCH 2 3SB1430-OC NO/NC SWITCH 1 3SB1400-OA 2 STOP BUTTON 1 3SB1100-ILC51 ROTARY SW 1 3SB1100-2DB51 t t swi 2 M—❑—A LABEL 1 3SX0660-212 LAMPS E-STOP LAB 24 V EL 1 3SX0660-304 P 2 12 C❑ND PLUG 1 1-480708-0 RAXB SW2 RAB P 1 12 C❑ND CAP 1 1-480709-0 6 COND PLUG 1 1-480704-0 TO IDB o 6 3 SECTION s 2 MED SOCKET 11 350919-3 RESET BOTTON ON DOOR 1 O 7 10 4 1 MED PIN 15 350918-3 FOR COMMON ALARM 2 O5 8 11 0 0 o SMALL PIN 9 350690-1 TELEMETRY CONTACTS cu cu cu 3 6 9 12 0 0 0 DOOR 1 B7426 o9oa o205 cu o PABA 15/WH 2 1013151 W PATG 2/15 39 l013O38 CD BLK BLK N N LAMPS 2 E10220 C 9 o w CZ) C, 0 2 E10221 BOND ON DOOR MICRO PRO I o U 10 0901 RED All Bll BLK C11 W 11 B 5 2 o Al2 B12 w olu W C12 0902 BLK W A21• B13 C13 E004 12 9 6 3 0903 BLU W A22 B21 W --- A 31• B 2 2 C 21 003 00� 002 0905 RED A32 B23 Q C22 E001 0906 WHITE W A41 • B31 w C23 A42 B32 C31 090 RED A51 • B33 C32 MAN SWITCH POSITION 44: 099 WHITE A52 B41 BLK C33 01°6 OFF 1. AUTO N.O. 8 S.N.I.A. N.C. 0911 BLK DOUBLE SW RIGHT A61• B42 W C41 AUTO 2. SLEEP N.C. 0908 WHITE A62 B43 C42 MIDDLE SW 0910 BLU A71 , —__ C43 0!03IT 3. MAN N.O. LEFT SW 0907 WHITE A72 B5 --- MAN / OFF / AUTO SWITCH 0107 5 CONDUCTOR IOB CABLE Co ❑B 6 PIN lU CONNECTOR STANDARD DRAWING 884308 SCALE TITLE NONE 500 kW GENERATOR SET SIMPSOIV POWER PRODUCTS LTD. DRAWN BY [DATE TE CONTROL PANEL 1154510ngst°n St,Maple Ridge Nen�We►),B.G., Canada,�oZ5 .I.w. 1s�Roo Tel:(604)460J811,Fax(W4)4W1974,Parts Direct(604)460-3301 CH D BY DOOR WIRING WORK ORDER PHASE NO. DWG. N0. REVN0. REVISIONSBY DATE ��(�l C i CITY OF RENTON 12798 5000 12798-101 0 DRA571N� SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD, IT IS NOT TO BE USED DETRiVENTALLY TO OUR INTERESTS. DESCRIPTION QTY, PART NUMBER GOVERNOR 1 DYN1-10656-000-24 RELAY 24V 1 0332209203 3A DI❑DE 1 1N5404 OPTIONAL CIE ELECTRONIC GOVERNOR REQUIRED) 20A FUSE 1 AGC-20 ' , FUSE HOLDER 1 UK-10 DRESHI R G ' END CLAMPS 2 E/UK RED #14 I 9 COND CAP 1 1-480707-0 ' 9 C❑ND PLUG 1 1-480706-0 87a 86 CAP MOUNTED ON ' MED PIN 9 350918-3 20 AMP GOVERNOR I MED SOCKETS 8 350919-3 ' FUSE 30 SUB-ASSEMBLY SMALL PINS 2 350690-1 4 C12 J003 ( EL BOARD 2 B7599 , , EL BOARD 1 B7506 87 85 1201 #14 AWG ' PABA 15/WH 2 1013151 1202 1 2 3O I PATG 2/15 13 1013038 3101 #14 AWG 1204 #14 AWG ' 1 3102 2 J004 2 1205 4 5 60 3 3104 #14 AWG OO BARBER 4 OBO 5 3105 C❑LEMAN 6 NOTE: No shield connection , DYNA 8000 7 to this cap ' 9 Pg 10 WHITE 0807 7 8 9 0809#14 AWG GN 11 - =� ) ' BLK O O O _ I 0801 1 O O 0 I I STANDARD DRAWING B84628 SCALE TITLE NONE 500 kW GENERATOR SET SIMPSON POWER PRODUCTS LTD. DRAWN BY DATE CONTROL PANEL 11545 angston SL,Maple Ridge(Vancouver),B.C., Canada,V2XOZ5 7e1:(604)460-3611,Fax:(604)460-1974,Parts Direct:(604)460-3301 J.W. 18APR00 DYNA 8000 GOVERNOR WIRING CH Y DATE WORK ORDER PHASE NO. DWG. N0. REV. ffNO. REVISIONS BY DATE 3�(l ^ C 7 CITY OF RENTON 12798 Sono 2798-102 0 DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SIN1PSON POWER PRODUCTS LTD. IT S NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. NOTE : ALL TERM!.%•LS I=ENTIFIED 4LIKE ARE COMMON DESCRIPTION CTY. PART NUMBER I/O BOARD I 1OB2-24V (12V) SW2 - RELAY 24V 2 0332209203 (150) D018 15 OHM RES. 2 SFR25HJ-15R D017 D024 D023 q6r Tq.„ E4 mTp IDA FUSE I I-GMA-l0A FUSE E„GTE STMT @SECT r� #14 FUSE #14 LNNO ITS„�R„ u22 JUMPER FUSE HOLDER i STS[ UK4 #14 x TRP„ST SVITp -i4 NI ZBFM LAHLS 1 0803616 RA IBAT+l I 1 1 2 1 1 1 TES I TES I 1C 1 2 B13 Bill I B12 1 IBAT- BAT,I GND I K2-7 K27A 87a 86 1 N 3A DIDD= IN5404 1 t RAX RA2 RA- + 1 30 2 e 02 TRANSZOR-- 2 1.5KE11CA D021 RA i S14K30 TE EMETRY 1 BUZZER RAa JRA7 x. `" 87 85VAR[STCR 1-480703-0 K6A cDNrAcrs a = = os06 0 #14 Y I 6 COND CAP 3 1-480705 0 K6A1 K6A7 K6A< C o vela RR U 9 CDND CA? 4 1-480707-0 K6A1 K6A7 K6A4 GND - C 1 12 CDND CAP 1 1-480709-0 SET RUNNING .n .0 C 6 a 10 L SOCKETS 2 640310-3 CONTACTS FOR a o o o(� o o = O nF -- O _, MED SOCKETS 27 350919-3 TELEMETRY I (U U7 0 FU In m o Y - S SOCKETS 22 350689-1 RAX O O O TO FUEL I c ^ SOa 0t11 m O N 220 OHM RES. 2 3535FR25HJ-220R RXA3 RXA9 RXA6 9 S b hm LEVELSENDER n c N '� C 5 N T w OI c BUZZER M� 1 61-301-0 - RXA3 RXA9 RXA6 £ j hr Sl S2 2 o a DIN CLAMP 4 E-UK CCLI2r IX35) L-J §2'S TERM END CVR 1 D-UK do BLACK PABA ]0/W 4 1013753 TL GENSET ALARM WHITE 01D7TELEMETRY 0603 o D036 0205 RA OI03PATO 2110 8�' 1013876 CONTACTSD016 ols QT2.5PE 3 3204081 LF 220ohm QT2.5 11 3204078 LF1 LF2 LF3 0403 WHITE QT1.5 5 3204010 rAEK FF-FT�-- QT1.5 TVI\ 7 3204133 LFl LF2 LF3 8 L 9 S b £ 2 I 1 8 L 9 S 4 E .Z 1 21 11 01 6 8 L 9 S b £ 2 1 QT2.5PE TWIN 1 3204162 30% FUEL ALARM ^, _ ( N n1 rU w w a a KcAP QTI.SPE TWiN 3 3204146 TELEMETRY D m D m D m D m o 0 0 0 0 0 0 o D012 CONTACTS BLACK N u a LA m v m R2A 36 WHITE T ❑ ^ IN2N £)I 4� Q QT1.5 WI 1 3206047 B Is MORE NEG cvl 1ILJ � c� T2.STWIN CO\ 3 3205047 KCA^ R2A2 R2A8 R2A5 0809 — o o K5 K6 K7 K8 I Y QT2.5 CDV 1 3206034 0 0 0 0 0 0 0 + + I I FBSH2.6 JUMP 4 3206018 P ^ y a K6A5 a802316 R2A2 R2A8 R2A5 D ,R-N STBE COM 1 _ 1 2 3 4 5 6 7 8 1 2 3 4 1 2 3 4 5 6 7 8 9 10 11 12 Y HDLDER UNIT SHUTDOWN ' TELEMETRY CONTACTS o i nj 1501-03 0201-0206 n IN14 1501 R2A 1505-06 0601-06 R2A1 R2A7 R2Aa o a n 0807 0801,u8G9 0507-09,0501-02 a D035 rill, 0506,05G4 0406,0403,D036, IN14R2A1 R2A7 R2A4 USE 0807 00701-0709 D006-07 FORM C [N LOVER TERMINALno 1701-04 D035,D040.D026, N UNIT FAIL SECTION 0709 9 8 O Z TO TANK 0101-07,011i D001-03,D1e'-24 6 8 L RUPTURE O 5 4 ON FUEL EL BOARD 1 B7505 LN TANK 1 O O 85 67 3 2 1 0701 EL BOARD 1 1 B7506 R 1 3 0709 O O j Y 30 N 1 w u I LF = 86 87a 3 � I 0801 o I n D002 IN1I 2 B13 B12 E111 K2-7 D001 o�I n TO 30% FUEL LEVEL FLOAT IN TANK STANDARD DRAWING B8440C SCALE TITLE NONE 500 kW GENERATOR SET SIMPSOIiI POWER PRODUCTS LTD. DRAWN BY DATE 11545 Kingston St,Maple Ridge(Vancouver),B.C., Canada,V2X OZ5 CONTROL PANEL Tel:(604)460-3611.Fax(604)460-1974,Parts Direct:(604)460-3301 �.w. 18APR00 I/O BOARD WIRING y C Y ATE WORK ORDER PHASE NO. D1,G. NO. REV. NO. REVISIONS BY DATE �'� 3�t 'C1 CITY OF RENTON 12798 5000 12798-103 0 DRAWING SPECIFICATIONS ARE SUBJECT TO CHANCE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD. IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. DESCRIPTI❑N QTY. PART NUMBER NOTE A,B,C C❑RRESP❑NDES TEMP SENDER 1 323-477 TO U,V,W, INSIDE GENERATOR O/P SENDER 1 360-430 WATER LEVEL 1 LD-409 � 10 11 12 0701 LOW ❑IL PRESS 1 4007 15PSI HOBBS 1 76072 a 7 B 9 �O 01 mo P t� P Q O 5 8 Q M.P.U. 1 DYNT-10200 N CD 0 4 O5 6 i' m 3 O9 5A FUSES 3 BBS-5 A B 1 2 3 a LOW ENGINE TEMPo5AMP CT'S 3 w 0 LE: 4 1 � 9-COND PLUG 5 1-480706-0 o 12oa a14 c�u 12-COND PLUG 2 1-480708-0 ><XW a z RED MED PINS 20 350918-3 t2os #taF- CT'S _ M/P BLK o a, #14 AWG RED a+� LARGE PINS 3 640309-3 o 0 CD O ACT BLACK W + - he """� BLACK SMALL PINS 20 350690-3 #14 AWG o BLU BATTERY OSOa #14 _ FUSE HOLDER 1 BM6033SQ 12 OR 24V — LOW WATER LEVEL PABA 15/WH 3 1013151 RED PATG 2/15 49 1013038 FUEL SENDER 1 F00794 & F00587 N G007 SYNERGY RED 0004 5 AMP BLK G005 — ❑PTI❑NAL FUSES � RUN SOLENOID BLU 2006 ll.C_S.c.L.f O C> p 0507 #14 AWG A B C FUSES M o SS 0 M 0 o un L L3 0 0 #14 AWG N POWER PLUG SENDER PLUG P 4 P 5 BLK I ' 1 4 7 W 3 2O 1 2 OS 8 B W S1 0506 3 6 9 6 SO 4 S2 O O O 2 o " rERNOJALs LOCATED IN (] ofEHGD4E C@ITROL PANEL OR JUNCTION I OX BREAKER SHUNT AUX CONTACTS BELL ALARM 0508 #14 N MOTOR TRIP SHOWN BRK SHOWN BRK CL�O�SEED� I T�IP IPPED . MPU R rnsISw' S DETAIL omDE STARTER SERIE "INENAB,C TO CRiECTM [N: ,5R.011ECTION TRANSFER SWITCH W > z W CROUND CONNCCTDM O Dc LTERNATOR PILOT CONNECTI N WATER T E R Ll P NS: SEE BILL OF MATERIALS DETAAIL FOR ALL MKC i NHI ENGINES OIL FUEL TO IOB 0500 Coa,ECTIDN TEMP PRESSURE LEVEL SECTION E 2 IN14 IN14 TERMINALS 1N 30% FUEL TO BATTERY AC BY J.B. ON AC BY LEVEL LOWER SECTION BATTERIES CHARGER OTHERS SKID OTHERS LiFLOAT IN TANK BLOCK HEATER STANDARD DRAWING B8473B SCALE TITLE NONE 500 kW GENERATOR SET SIMPSON POWER PRODUCTS LTD. DRAWN BY DATE 11545 Kingston St„Maple Ridge(Vancouver),B.C., Canada,V2X 0Z5 CONTROL PANEL Tel:(604)460—M11,Fax(604)460-1974,Parts Direct(604)460-3301 J.W. 18APROO ENGINE & ALTERNATOR WIRING ti C KD BY DATE I WORK ORDER PHASE N0. DWG. N0. REV. N0, REVISIONS BY DATE CITY OF RENTON 12798 5000 12798-104 0 DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON THIS DRAWING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD. IT IS NOT TO BE USED DETR IN.ENTALLY TO OUR INTERESTS. NOTE: lO ALL DIMENSION IN inches 02 MATERIAL: 14 GAUGE STEEL PAINTED WHITE MICROPRO DESCRIPTION QTY. PART NUMBER 3 POS. SEL. SW. TOP 1 87463 BOTTOM 1 87403 EMERGENCY STOP SW. L. SIDE 1 87405 R. SIDE 1 87402 BLANK COVER 1 87484 CVR w HOLES 1 B7406 CAP STRIP 1 B7507 BACK 1 B7459 HINGES 2 098-800 7 BAY PANEL 2 B7462 7 BAY SIDES 2 B7501 STACK BOT. 1 B7399 14.0000 i I I r 7.0000 v '-;�50 23.7500 STANDARD DRAWING B8401 SCALE TITLE NONE 500 kW GENERATOR SET SIMPSON POWER PRODUCTS LTD. DRAWN BY DATE 115451Gngston St.,Maple Ridge(Vancouver),B.C., Canada,V2X 0Z5 CONTROL PANEL Tel:(604)46G-3611,Fax(604)460-1974,Parts Direct(604)4603301 J.W. 31 MAR00 UNIT MOUNT W/ GOV. COMPARTMENT ti CH Y DATE WORK ORDER PHASE N0. DWG. N0. REV. NO. REVISIONS BY DATE V_ �3(11(;111 j CITY OF RENTON 12798 5000 12798-130 0 DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE. THE INFORMATION ON -HIS DR., INS iS THE PROPERTY OF SIVPSON POWER PRODUCTS LTD. IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. I I 1 I I I LEGEND I I I ------- WIRING IN THE FIELD I I FACTORY WIRING I I I j TO 120/240 VAC 1 PHASE SOURCE SUPPLIED BY SPP I I I I I I I A I MAIN CB I I 1 I I I I A B N #12 15 A LIGHTS 480V/120V 2500VA i BATTERY CHARGER #12 15 A TRANSFORMER # 20 A BLOCK HEATER 12 #12, AWG 15 A, 1 P 20 A, 1 P 250OW, 120V 15 A #12, AWG I #12 I SPARE 15 A SUPPLY FROM CFI RECEPTACLE i SPARE #12 THE GENERATOR 20 A I I I I N I 1 I I I COMBINATION PANEL I 120/24OV, 10, 100A, TRANSFORMER AC WIRING SCHEMATIC I LOAD CENTER W/ 100A MAIN CIRCUIT BREAKER I I I I I I I STANDARD DRAWING STANDARD SCALE TITLE NONE 500 kW GENERATOR SET SIMPSON POWER PRODUCTS LTD. DRAWN BY DATE TRANSFORMER & DISTRIBUTION PANEL 11�°' "gs`°°St,Maple w°°BNe"c°`"8`�B.C' Canada,"ti`°Z5 Tot(604)460-3611,Farc(604)460-1974.Pans Direct(604)460=1 cR 14JUN01 WIRING DIAGRAM ' CH Y DATE WORK ORDER PHASE NO. DWG. NO. REV. NO. REVISIONS BY DATE ��- j1�1��0"1 CITY OF RENTON 12798 50o0 12798-14 0 MAGNAMAXDVR GENERATORS Section 6000 Page 41 Basic Model 572RSL4027 Test Report No. H-SG570072 Date: 6-1-92 Supersedes: Section 6000 TYPICAL SUBMITTAL DATA Page 41 Date: 11-11-91 Kilowatt ratings at 1800 RPM 60 Hertz 12 Leads kW(kVA) 3 Phase 0.8 Power Factor Dripproof or Open Enclosure Class B Class F Class H 105°COO 1250 CO 80°C 10 90°CO 95°CO British 105°CO 130°CO British 125°C 1D 150°C 1D Voltage* Continuous Lloyds ABS Standard Continuous Standby Standard Continuous Standby 240/480 440 (550) 465 (581) 475 (594) 500 (625) 500(625) 515(644) 515(644) 515 (644) 560(700) 230/460 425 (531) 450(563) 460 (575) 480(600) 480(600) 515 (644) 505 (631) 505 (631) 545(681) 220/440 410 (513) 430 (538) 440 (550) 460(575) 460(575) 500(625) 485(606) 485 (606) 52J(650) 208/416 400(500) 415 (519) 415(519) 445 (556) 445 (556) 475(594) 470(588) 470 (588) 505(631) 190/380 360(450) 380(475) 390(488) 405 (506) 405 (506) 405 (506) 405 (506) 405(506) 405 (506) O Rise by resistance method,Mil-Std-705,Method 680.1b. 9 Rating per BS 5000. Submittal Data: 240/480 Volts',644 kVA, 1800 RPM,601-1z,3 Phase Mil-Std-705 B Mil-Std-7056 Method Description Value Method Description Value 301.1b Insulation Resistance >1.5 Meg 505.3b Overspeed 2250 RPM 302.1a Hi Potential Test 507.1c Phase Sequence CCW-ODE ABC Main Stator 2000 Volts 508.1c Voltage Balance, L-L or L-N 0.2% Main Rotor 1500 Volts 601.4a L-L Harmonic Max.Total 5.0% Exciter Stator 1500 Volts (Distortion Factor) Exciter Rotor 1500 Volts 601.4a L-L Harmonic Max. Single 3.0% PMG Stator 1500 Volts 601.1c Deviation Factor 5.0% 401.1a Stator Resistance, Line to - TIF(1960 Weightings) <50 Line, High Wye Connection 0.0126 Ohms 625.1c Mechanical Strength (High Wye Rotor Resistance 0.398 Ohms Connection, Sustained 3 Phase Exciter Stator 23.0 Ohms Short Circuit Current) >300% Exciter Rotor 0.045 Ohms 652.1 a Shaft Current <.1 ma PMG Stator 2.10 Ohms - Main Stator Capacitance to Ground 0.030 mfd 410.1 a No Load Exciter Field Amps at 480 V L-L 0.70 A DC 420.1a Short Circuit Ratio 0.591 Additional Prototype Mil-Std Methods 421.1 a Xd Synchronous Reactance 2.670 pu are Available on Request. 422.1a X2 Negative Sequence - Generator Frame 572 Reactance 0.226 pu - Type Brushless 423.1a XO Zero Sequence Reactance 0.056 pu - Insulation Class H 425.1 a X'd Transient Reactance 0.162 pu - Coupling Flexible 426.1 a X"d Subtransient Reactance 0.137 pu - Amortisseur Windings Full - Xq Quadrature Synchronous - Cooling Air Volume 1520 CFM Reactance 1.100 pu - Exciter Rotating 427.1a T'd Transient Short Circuit - Voltage Regulator DVR2000 Time Constant 0.114 sec. 428.1a T'd Subtransient Short Circuit - Voltage Regulation 1/4% Time Constant 0.010 sec. - Sensing 1 or 3 Phase 430.1 a T'do Transient Open Circuit Time Constant 1.68 sec. 432.1 a Ta Short Circuit Time Constant of Armature Winding 0.017 sec. 'Voltage refers to wye(star)connection,unless otherwise specified. ®Prices and data subject to change without notice. CTO4e ELEFi■C Printed in U.S.A. P.O.Box 8003 Wausau,WI 544024M3 Ph:715-675-3311 TWx:910-281-1521 Fax:715-675-7290 Tetex:260175 ME WAU AL Section 6000 MAGNAMAXDVR GENERATORS Page 42 Date: 11-11-91 Basic Model 572RSL4027 Test Report No. H-SG570072 TYPICAL DYNAMIC CHARACTERISTICS 60 HERTZ vj 1.00 - 1.00 :..., 240V DELTA*," o c-- 08/416V wo E 2 LOAD APPLICATION LOAD REJECTION 30 30 .. a i 240V D ELTA..:: f 240V DELTA. 208/416V c 20. _ y 2 .: 208/416V y a ¢ m OM a >. rn €. . r ii 240/480V ...y...:...... 10 240/480V„ „ 10 Ot y .. .. ...: ........ ..; 0 µm: _.,,.. . ,m..:::: 0 0 250 500 750 1000 0 250 500 750 1000 kW at 0.8 Power Factor kW at 0.8 Power Factor TYPICAL MOTOR STARTING CHARACTERISTICS 40 m a 240V DELTA 240/480V a y w 20 10 s :... . 3 0 0 500 1000 1500 2000 2500 Locked Rotor kVA TYPICAL GENERATOR EFFICIENCY 416V 480V s 95% 959 z } M � 5 1.0 pf i W W 7N 1 0 pf f 0 90% :..0.8 pf x s .a , , 0 8 P . `.ry d A ;.....:..:.., ::. F......... :::::.::.:.,.:::.::.:::4: a £ .f S ..:,,.:...�......:.:.s.�w..,..r..�.:.,.. .,H ..,�,�.>: ,.,w._H:.t 85% 0 250 500 750 1000 0 250 500 750 1000 kW Output kW Output Voltage refers to wye(star)connection,unless otherwise specified. e ELECTF�■= Prices and data subject to change without notice. P.O.Box 8003 Wausau,WI 54402-8003 Printed in U.S.A. Ph:715-675-3311 TWX:910-281.1521 Fax:715-675-7290 Telex:260175 ME WAU MITSUBISHI S6A3-PTA SPECIFICATION SHEET DIESEL NGINES GENERAL ENGINE DATA Type . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . 4-Cycle, Water Cooled Aspiration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Turbo-Charged, After Cooler (Jacket Water to Cooler) , Cylinder Arragement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Inline No. of Cylinders . . . . . . . ... . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . 6 Boremm(in.) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 150 (5.91) Stroke mm (in.) 175 (6.89) Displacement liter(in') . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18.555 (1132) Compression Ratio : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14.5 : 1 Dry Weight —Engine only—kg (lb) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1650 (3638). Wet Weight—Engine only—kg (lb) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1760 (3881) PERFORMANCE DATA Steady State Speed Stability Band at any Constant Load Mechanical—% . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ±0.5 Hydraulic(std.) or Electric Governor—% . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ±0.2 Maximum Overspeed Capacity—rpm . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2300 Moment of Inertia of Rotating Components—kgf•m2(Ibf•ft2) . . . . . . . . . . . . . . . . . . . . . 32.09 (762.7) (Includes Std. Flywheel) Cyclic Speed Variation with Flywheel at 1800 rpm . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1/180 at1500rpm . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1/120 ENGINE MOUNTING Maximum Bending Moment at Rear Face of Flywheel Housing—kgf•m (Ibf•ft) . . . . . . . 200 (1447) AIR INLET SYSTEM Maximum Intake Air Restriction With Clean Filter Element—mm H2O (in.H2O) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 400 (15.7) With Dirty Filter Element —mm H2O(in.H2O) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 635 (25.0) EXHAUST SYSTEM Maximum Allowable Back Pressure—mm H2O(in.H2O) . . . . . . . . . . . . . . . . . . . . . . . 600 (23.6) LUBRICATION SYSTEM Oil Pressure at Idle—kgf/cm2(psi) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2—3 (28—43) at Rate Speed—kgf/cm2 (psi) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5—6 (71 —85) Maximum Oil Temperature—'C ('F) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 110 (230) . Oil Capacity of Standard Pan High—liter(U.S.gal.) . . . . . . . . .. . . . . . . . . . . . . . . . . 70 (18.5) Low—liter(U.S.gal.) 50 (13.2) Total System Capacity (Includes Oil Filter)—liter(U.S.gal.) . . . . . . . . . . . . . . . . . . . . 80 (21.1). Maximum Angle of Installation Front Up— . . . . . . . . . . . . . . . . . . . . . . 7.5 (Includes Trim Angle) - Front Down— . . . . . . . . . . . . . . . . . . . . 7.5 Maximum Instantaneous Operating Angle Front Up—' . . . . . . . . . . . . . . . . . . . . . . 15 (Engine Level)• Front Down— . . . . . . . . . . . . . . . . . . . . . 15 Side to Side— . . . . . . . . . . . . . . . . . . . . . 25 COOLING SYSTEM Coolant Capacity(Engine only)—liter(U.S.gal.) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 (11.9) Maximum External Friction Head at Engine Outlet—kgf/cm2 (psi) . . . . . . . . . . . . . . . . 0.35 (5.0) Maximum Static Head of Coolant above Crankshaft Center—m (ft) . . . . . . . . . . . . . . 10 (32.8) Maximum Outlet Pressure of Engine Water Pump—kgf/cm2(psi . . . . . . . . . . . . . . . . 1.7(24.2) Standard Thermostat(modulating) Range—'C ('F) . . . . . . . . . . . . . . . . . . . . . . . . . . 65—85 (149— 185) Maximum Coolant Temperature at Engine Outlet—'C ('F) . . . . . . . . . . . . . . . . . . . . . 98 (208) . Minimum Coolant Expansion Space—%of Sytem Capacity . . . . . . . . . . . . . . . . . . . . 10 Maximum Coolant Temperature at Intercooler Inlet,TK type 'C ('F) . . . . . . . . . . . . . . Maximum Air Restriction on Discharge Side of Radiator and Fan—mm H2O(in.H20) . . 10 (0.4) APPLICATION: GENERATOR Apr.V2 Printed to Japan Pub.No. 99A Z FAA-03A ISHI S6A3-PTA SPECIFICATION SHEET DIESELSENGINES FUEL SYSTEM Fuel Injection Pump Type . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..:. . . . .. Bosch P Type x 1 . Maximum Suction Head of Feed Pump—mm Hg(in. Hg) . . . . . . . . . . . . . . ... .. . . . 110 (4.3) Maximum Static Head of Leak Pipe—mm Hg (in. Hg) . . . . . . . . . . . . . . . . . .. . . . . . 370 (14.6) STARTING SYSTEM ELECTRIC START Battery Charging Attemator—V-Ah . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 24-30 Starting Motor Capacity—V-kW . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . 24-6:0 Maximum Allowable Resistance of Cranking Circuit—mQ . . . . . . . . . . . . . . . . . . . . 2.5 Recommended Minimum Battery Capacity At 5'C (41'F) and above—Ah . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 200 Below 5'C(41'F)through—5'C (23'F)—Ah . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 400 The specifications are subject to change without notice. MITSUISHI S6A3-PTA, SPECIFICATION SHEETDIESEL ENC;INES ENGINE RATING All data represent net performance with standard accessories such as air cleaner, inlet/exhaust manifolds,fuel oil system, L.O.pump, etc.under the condition of 29.38 in. (746 mm) Hg barometric;pressure, 85'F (29.4'C) ambient temperature and 0.38 in. (9.7 mm) Hg vapor pressure. STAND-BY POWER PRIME POWER ITEM UNrr 60Hz 50Hz 60Hz 60Hz 50Hz 60Hz Engine Speed rpm 1800 1500 1200 1800 1500 1200 Brake Horse Power without Fan HP 684 590 469 617 536 422 (kW) (510) (440) (350) (460) (400) (315) Brake Mean Effective Pressure without Fan kgUcm: 18.7 19.3 19.2 16.9 17.6 17.3 (psi) (266) (274) (273) (240) (250) (246) Mean Piston Speed tn/5 10.5 8.8 7 10.5 8.8 7 (fl/min) (2067) (1732) (1378) (2067) (1732) (1378) Maximum Regenerative Power Absorption HP 73 53 34 73 53 34 Capacity without Fan (kW) (54) (40) (25) (54) (40) (25) Intake Air Flow m3/min 44 38 29 40 33 26 (CFM) (1554) (1342) (1024) (1412) (1165) (918) Exhaust Gas Flow . m3/min 117 101 77 105 88 69 (CFM) (4131) (3566) (2719) (3708) (3107) (2436) Coolant Flow liter/min 650 580 433 650 580 433 (U.S.GPM) (172.0) (153.0) (114.0) (172.0) (153.0) (114.0) Coolant Flow to Intercooler liter/min (rK only) (U.S.GPM) Cooling Air Flow m3/min 720 540 438 720 540 438 (Std.Fan) (CFM) (25423) (19067) (15466) (25423) (19067) (15466) Fan Loss Horse Power HP 27 14 14 27 14 14 (Std.Fan) (kW) (20) (10) (10) (20) (10) (10) Radiated Heat to Ambient Kcal/hr 33407 28634 22037 29753 25185 19698 (BTU/min) (2209) (1894) (1457) (1968) (1665) (1303) Heat Rejection to Coolant Kcaft 278394 238615 193638 247946 209872 164148 (BTU/min) (18410) (15780) (12144) (16397) (13879) (10855) Heat Rejection to Inter Cooler KcaUhr - UK Version) (BTU/min) Heal Rejection to Exhaust KcaLbr W2919 308668 227967 318217 260534 201992 (BTU/min) (24000) I (20412) (15075) (21044) (17229) (13358) Noise Level(1 m height&distance) dB(A) 104 101 100 t04 tOt 101 (excludes,Intake,Exhaust&Fan) The specifications are subject to change without notice. APPLICATION: GENERATOR Apr.'92 Printed in Japan - Pub. No. 99A 2 FAA-03A DIESEL 60 Hz GENERATORS 500 kVA 50 Hz 71 ISO'• - 9002 4 STANDARD GENERATOR SET PACKAGE ENGINE SIMPOWER MICRO PRO 1 GENSET CONTROLLER Jacket Water Pump abilities:Ca Optional Controls: O Air Cleaner(Dry Type) Lube Oil Pump,gear driven Standard Engine p P Alternator,Battery Charging Muffler, Residential Auto/Manual Start-Stop Autosynch up to 8 units Base,Structural Steel Radiator(mounted) Off/Reset/Auto Selector Switch RS232 Remote Monitoring features Battery Charger Shut-off Solenoid(energized to run) Shutdowns for HWT, LOP,OS/OC Individual Phase Condition Readout Battery Cables and Battery Starter, Electric Battery Voltage Monitoring Multiple Monotoring features including: Block Heater Turbocharger Alarms for Low Battery Voltage Generator%Harmonic Distortion Crankcase Vibration Isolators, pad type Low Coolant Level Phase Rotation Status Cooler, Lube Oil Low Engine Temp Transfer Switch (ATS)and Exhaust Flange with Flex section GENERATOR Low Fuel Level Utility Operation Filters, Fuel&Oil Brushless,Synchronous Standard General Logic and Status Load Management Flex Fuel Lines Insulation Tropicalized Controls/Monitoring: Flywheel(SAE)&Housing(SAE) Regulator,Adjustable Volts Per Hertz Menu Driven Digital Display Governor,Mechanical Voltage Adjust Rheostat Ammeter,Voltmeter, kWM,kVAM OPTIONAL EQUIPMENT ENGINE Air Starter Electronic Govenor ELECTRICAL&SWITCHGEAR EQUIPMENT Heat Exchanger Cooling Paralleling/Synchronization Automatic Transfer Switch Remote Radiator Remote Annunciator Circuit Breaker Remote Communication System GENERATOR with RS232 Ports and Modem Dual Standby Systems Paralleling Options/Accessories Paralleling Systems Space Heater ENCLOSURE Power Control Centres Synchronization with Utility Oversize Duty Options Aluminum ISO Container CONTROL PANEL Motorized Louvres TRAILER/VEHICULAR SYSTEM Analog Readout, Frequency Sheet Metal Cogeneration with Utility Sound Attenuation CUSTOM FUEL SYSTEM,TRANS- Data Logging Seismic Isolators FER SYSTEMS, UL TANKS I , E [rll 1EER1 [hD1ATA MODEL HERTZ VOLTAGES PHASE STANDBY RATINGS SP0500D30:S6A3-PTA 60 120/208, 3 500 kW/625 kVA 0 0.8 pf 277/480, 347/600 SP0400D3X-S6A3-PTA 50 220/380, 230/400 3 400 kW/500 kVA @ 0.8 pt 240/415 STANDBY RATING - Continuous output available with varying load for the duration of the interruption of normal power service. For Prime Power or Unlimited Running Time Rating at variable load, see detailed specification sheets. Consult factory for Base Load (continuous) application with no load variation or for special voltages. GENERATOR ENGINE •Type-Brushless, Revolving Field, Solid State Exciter •Type-Water-cooled Diesel,4 Cycle,6 Cylinder •Construction-Single Bearing, Direct Coupled, and Self-Lubricated •Model S6A3-PTA rugged MITSUBISHI Heavy duty Diesel •Insulation-Class H with Special Coating for High Humidity and Anti-abrasion •Piston Displacement- 18.6 litre(1132 cu.in.) •Enclosure IP-21 •Compression Ratio- 14.5:1 •Overspeed Capability, 125%for 5 minutes(per NEMA) •Bore&Stroke- 150 mm (5.91 in.)x 175 mm (6.89 in.) •Generator Mounted AVR, Vibration Isolated •Lubrication Oil Capacity-80 Litre(21.1 US gal.) •Three Phase Sustained Short-circuit,300%for 10 secs. •24 Volt Electric Start with Engine Driven Alternator •Voltage Regulation,t 0.5%steady state •Isochronous Governor,t 0.25%Barber Colman Electronic •Adjustable Volts per Hertz,for Torque Matching to Diesel CONTROL PANEL for Full Load Pickup •Generator Mounted,facing rear •TIF less than 50(Telephone influence factor) •Drip Visor •THD less than 5%,2/3 pitch stator windings •EEMAC 2 Enclosure •Vibration Isolated HERTZ FUEL CONSUMPTION EXHAUST BACK PRESSURE COMBUSTION AIR COOLANT FAN AIR FLOW (100%Load) (Maximum Allowance) (Inlet Flow Rate) (Maximum at Rated Speed) 60 127 Uhr (34 USG/hr) 600 mm (23.6 in)H2O 46 M3/min (1,632 CFM) 720 M3/min (25,423 CFM) 50 110 Uhr (29.0 USG/hr) 600 mm (23.6 in)H2O 38 M3/min (1,342 CFM) 540 M3/min (19,067 CFN NOTES O ALL DIMENSIONS ARE IN inches [mm] O OVERALL SHIPPING DIMENSIONS MARKED WITH A.(;) O APPROX.UNIT DRY WEIGHT IN Ibs[kgJ:7400 (3370] O4 GENERATOR SET TO BE LIFTED BY UFr1NG GUSSET OF GENSET FRAME ONLY. 13 7/8 (353] I 41 1/4 (1048) � I— F-8"mXt2" LONG DESIG. COMPONENT T, a" 125 LB ANSI FLANGE AC AIR CLEANER BC BATTERY CABLE DA C LP SH BLOCK HEATER N7 O I ` CP CONTROL PANEL n u O OA DUCT ADAPTOR OE DIESEL ENGINE 01 v 39 [990] EF EXHAUST FLEX _ _ —_—_ - � � 'n FR FUEL RETURN N \ K1 FS FUEL SUPPLY -;j L. GF GENSET FRAME LL LIFTING LUG VI 31 [788) VI OD OIL DRAIN C/W i l 16"m VALVE k PLUG 0 24 9/i6 FOR VI RA RADIATOR Z I [623] I 4 HOLES 56 5/16 (1430] 16 7/16 [418J SG SIMPOWER GENERATOR 41 3/8 [1051] 105 [2567) VI VIBRATION ISOLATOR 46 [1168) 112 [2845] *130 1/8 [33051 Specifications subject to change without notice. SP113 Printed in Cana 9 DEALER/BRANCH: S/MPOWER�Inc, 11545 Kingston St.,Maple Ridge(Vancouver),B.C.,Canada,V2X OZ5 Tel:604-460-3611 Faxes:604-460-1974,Toll Free:888-291-2011 TM Website:www.simpower.com E-mail:sales@simpower.com • - Product InFormation DYNA , Power Controls a Siebe company DYNA 8000 GOVERNOR SYSTEM _ General The DYNA 8000 system will provide an engine governor for speed and power control of piston and gas turbine engines or steam and water turbines. The actuator is basically a simple,proportional,electric sole- , a noid having a sliding armature whose magnetic force is pro- portional to input coil current. Balanced between the force of G its return spring and the magnetic force,the armature glides on x' anti-friction bearings, providing a hysteresis-free linear movement.Linear motion is converted to an output shaft rota- tion by a be!I crank. Available Models: Typical Applications • Actuators: DYNC-11020-000-0-12 Standard Clockwise •Speed governing • Generator sets DYNC-11020-000-0-24 Output Shaft Rotation • Remote throttle control • Power carts DYNC-11024-000-0-12 Standard Counter Clockwise •Test stand throttle control • Pump sets DYNC-11024-000-0-24 Output Shaft Rotation Specifications (Actuator) • Controllers: Speed Controllers •Operating Voltage 12 VDC or 24 VDC,±20% • Part No. Input Signal Frequency •Sealed Unit oil,water and dust tight DYN1-10652-000-0-12/24 250-1200 Hz DYN1-10653-000-0-12/24 1200-2500 Hz •Connection terminal strip DYN1-10654-000-0-12/24 2500-5000 Hz •Actuator Ambient Operating Temperature -65°F DYN1-10656-000-0-12/24 5000-9500 Hz 411111111110 (-55°C)to+2550F(+125°C) DYN1-10682-000-0-12/24 250-1200 Hz • Mechanical Vibration 5 to 500 Hz, Curve F, per Mil-Std. DYN1-10683-000-0-12/24 1200-2500 Hz 810C,Method 514-2. DYN1-10684-000-0-12/24 2500-5000 Hz DYN1-10686-000-0-12/24 5000-9500 Hz Specifications (Controller) •Operating Voltages 12 VDC or 24 VDC,±20% • Input Signal Frequency •Circuit Boards are covered with a heavy conformal coat- Engine RPM x Number of Gear ing for moisture and vibration protection. Input Signal Teeth on Flywheel •Connection Terminal Strip Frequency in Hertz 60 Seconds •Controller Ambient Operating Temperature -40°F (-40°C)to+180°F(+85°C). Select your controller for the correct input signal frequency range generated by the magnetic pickup at the maximum •Temperature Stability better than±0.5 percent over a engine operated(RPM)speed. temperature range of-40°F(-40°C)to 167°F(+75°C) DYNA 8000 Actuators •Steady State Speed Band ±0.25% Joules 12 •Adjustments Speed,Gain, Integral and Droop. Work Foot-Pounds 1-0 •Mechanical Vibration Withstands the following vibration Torque Newton-Meters 1.4 without failure or degraded performance: 0.06 inch double Pound-Foot 1.0 amplitude at 5 to 18 Hz: 1 G at 18 to 30 Hz;0.02 inch dou- output Kota ams 3 0 5 ble amplitude at 30 to 48 Hz;2.5 G's at 48 to 70 Hz. Weight P Pounds 11-0 Maximum Amperes Stall .5 Standard Features Current @ 12 VDC 1 Nominal Steady Statee 3 Amperes .5 •All electric Maximum Amperes @ Stall 9.5 Current @ 24 VDC•All engine compatibility Nominal Steady State Amperes 2.5 •Mounts in any position Nominal Response Time for 63%of Stroke 0.030 •Engine mounted (Actuator only) (seconds) •High reliability due to few moving parts DYNA 8000 CONTROLLERS •Proportional actuator Output Nominal Quiescent Current 80 ma Current •No hydraulic or oil line @ 12 VDC Maximum Amperes @ Stall 13 amps •No special maintenance Output Nominal Quiescent Current 80 ma Current •Spring returns output shaft to minimum position on @ 24 VDC Maximum Amperes @ Stall 13 amps removal of power or loss of magnetic pickup signal Kilograms 0.863 0 Precise repeatability weight Pounds 1.9 DIMENSIONS - DYNA 8000 CONTROLLER 05.56t2 146.t1.0 CAUTION [219*.0081 134.9 15.3121 [5.70*.0401 5.56 t.4 As a safety measure, Barber-Colman Company 134.9 BSc 1.219 t.0161 recommends that all engines and turbines be ® p r ® equipped with an independent overspeed shut- sI_OFr� a a ® down device. s2-0Fr-WW.C. 101.6 NOTE s2-oi -8-00•0 /;�� -. cvtmAn v,® BSC Barber-Colman believes that all information provided RKKFO cusw ,,.® 112.7*1.0 herein is correct and reliable and reserves the right to ""Ti 14.437*.0401 update at any time. Barber-Colman does not assume 3.0 tA { r. rn �r snro rot[.t20* , [,, , ,r `,;, r,. r�rr® any responsibility for its use unless otherwise expressly ® ® ® undertaken. Cable A -DYNK 44-XX(Specity Length)(900 Connector) 5.56 t A Cable B -E26-22 (Specify Length) 41.9 Cable C x m [.219 t.0161 Cable C-DYNZ 70-4 (Specify Length) (1.6501 MaX. do m Twisted ¢ m , I able A' Pair 54.6 914 Ga. I m Cable B' •Shielded Cable -Should be purchased from I The 5K Remote Speed Potentiometer can be [2.1 50] , c Barber Colman or customer should purchase a wired two different ways. + - m f 3 cable with a wrapped mylar supported aluminum Max , DYNT t As snows by the sold line from the w;per of DC Power Magnetic toil shield' .In a drain wire. the 5K Potentiometer and then connected to R '•R Speed Potentiometer 499K OHM Terminal 49.(No resistor r Pickup Remote en er a required.)Adjust. t DYNI-1068X series only Resistor-DYNS 10000 able range is approx-maleiy z 5%at 1800 C CCw RPM. Cable C -- 5K• Twisted/�--- Cw 2. th shown by the dashed line from the carper of the SK Potentiometer tnrougn Resists R and Pair t Dimensions are MM except then connected to Terminal e8.Reducing the #14 Ga. as otherwise noted. value of R increases the remote adjustable DYNC Dimensions in[ ]in inches speed range. Actuator 188 INSTALLATION [7.40] Max.- 6.98 Bsc 181 1 3/8-36 Tooth 144*1.3 [5.67 t.051], [2751 [71 , 0-i 15.5 t 1.0 (DYNC 11020-300) Straight Serration I 99.06 [.610 t.04) 14 t 1 [.551 t.04] (3.90U1 BSC ril - Side Mounted - - - I e 1 t 1 Actuator [.75 t.04] 109.2 C[OCkWISe [4.301) 11 4 Max. i 76137 [ ]Rotation 12.99 21[s.18] c BSCMax. I Nameplate l _I - ' 8.60 t 2 Thru 47.98 t.81L 13 t.5 76 [.339 t.008) [1.889 t.032J 109.3 Max. 10.31 Ref. [.512 t.02] [2.992] ® 0.40 .Ot 6 (8) 14.3031 1.4061 BSC 3;8-36 Tooth a0 Max. Straight Serration [ ] 144 t 1.3 16- 1 1.6651 7t.06] (DYNC 11020-000) 15.67*.051] - 14tt[.551t.04) t3t.5 [.63-.Oal I Base Mounted Actuator t092 -� 14.3011 Clockwise 93 Max. I I 72 Rotation 13.661 - - - - 12.8351 Max. L qj- Nameplate -i r II II 14.5 47.47 t.2 93[3.66]Max-'1 F+--1.5721 - 72 (.294 t.0081 Max. [2.835) Thru BSC ® 0.a6[.O18j (4) (DYNC 11024-000) 93 7.82[308I Max. �- [3.66J Max. I I Base Mounted Barber-Colman Com an _ Actuator AEROSPACE&POWER CONTROLS DIVISION 3 DYNA Product Group 9 Counter- [3. I 109.2 1354 Clillord Avenue Phone., (815)877-0241 clockwise Max. + 14.3011 P.O.Box 2940 Telex: 4330365 Rotation Max. I Loves Park,IL U.S.A. 61132-2940 1 FAX: (815)877-0150 In Europe contact: Barber-Colman GmbH Am neuen Rheinhaten 4,D-6720 Speyer,West Germany 14 3 1 Tel: 06232-1203, FAX: 06232-12155. Telex:467627 3/8-36 Tooth [.551 t.040] - In Japan contact: RanCb Japan Ltd. Straight Serration Shiozaki Bldg.7-1.2-chome,Hirakewa-Cho,Chiyoda-Ku Tokyo 102.Japan F-22030-5 Tel.261-4923. FAX: 264-4691, Telex:0232-2087 LITHO IN U.S.A. CIRCULATION HEATERS High wattage heavy duty engine pre-heater for use on medium to heavy duty vehicles—our most powerful engine heater. All Circulation Heaters feature: SA Model With Thermostat Shown •Low Watt-Density(replaceable) heating elements (60-105 w/inch2)for long life •205°F (96°C)overheat thermostat • NRTUC approval (complies with UUCSA) •Thermally isolated regulating thermostat (models with t-stat) Mounting space requirements(including thermostat): •Four-bolt flange for easy element replacement 275"(69.8cm)length x 3"(7.6cm)width x 6.5"(16.5cm)height. •14 gauge SJOW cord (16 in. length -40.6cm) is abrasion,oil,and grease resistant •Nylon check valve i vh •Premium grade tin-plated phosphor bronze blade connections 3300094 Range A: 80°F ON - 100°F OFF • 1 inch NPT inlet and outlet 3300095 Range B: 100°F ON - 120°F OFF •1/4 inch NPT drain 3300096 Range C: 120°F ON - 140°F OFF •3°tapered, permanent-mold aluminum housing 3300097 Overheat Thermostat (Thermostat,0-Ring,Screws Only) High-Capacity Circulation Heaters - Complete kits, Ready to install •Furnished with cord & molded plug (4000w Model features detachable plug) �r .5 I ,�� •1 r ��� is 3300001 3300011 3300021 3300031 1500 120 12.5A 3300051 3300002 3300012 3300022 3300032 2000 120 16.7° 3300052 3300003 3300013 3300023 3300033 1500 240 6.3B 3300053 3300004 3300014 3300024 3300034 2000 240 8.48 3300054 3300005 3300015 3300025 3300035 2250 120 18.8c 3300055 3300006 3300016 3300026 3300036 2250 240 9.48 3300064 3300007 3300017 3300027 3300037 2500 240 10.4E 3300057 3300008 3300018 3300028 3300038 3000 240 12.58 3300058 3300009 3300019 3300029 3300039 3500 240 14.68 3300059 3300010 3300020 3300030 3300040 4000 240 16.6° 3300060 "Furnished with standard 120V male plug. 'Furnished with standard 240V male plug. 'Furnished with high-current 120V male plug.20 Amp electrical service required. 'Plug not attached.High-current 240V detachable male plug is provided.20 Amp electrical service required. A Note About Extension Cord Selection and Usage: When using an extension cord with one or more heating devices, it is important that the TOTAL current draw of all devices not exceed the capacity of the extension cord or the AC circuit. Use only 3-wire GROUNDED extension cords.Ground Fault Interrupter(GFI) service is also recommended. MASON ■ • NEOPRENE MOUNTINGS 1 • • 708 EQUIPMENTSECURING • IES, Inc. Manufacturers of Vibration Control Products CAPTIVE STEEL INSERTS FOR ••. :1 • • OR I FAX •lnfo@Mas. 1 . • INSTALLATIONS DATA • 1 1 RBA F, RCA "H"Cap Screw with ,, •_, NEOPRENE Standard Washer or EPDM ELEMENT CAPTIVE Tr- STEEL INSERT TENSION STEEL HOUSING 6—„G" 3/32" Diameter Holes 7-7 1 7/8" COMPRESSION 1 1/2" E C E B D F A TYPE RBA and RCA DIMENSIONS(inches) SHEAR Type. :A B C D. E-,-, F G •t, ,,,. RBA 3 43/4 1 15/16 23 8 1 1 1 2 7 16 1/2-13UNC X 1 1/4 RCA 33/4 61/4 21/2 31/8 1 1/4 17 8 ° 16 5'8-11UNC X 1 1/4 OSHPD R-0200 Rated Load Curves(Ibs) TYPE RBA and RCA RATINGS COMPRESSION TENSION d;'SH ' Size Rated .Rated Rated Rated Rated'' 4 4500 (Color Duro- Capacity Defi Capacity Defl- Capacity` Del{ °tcStahc; �e Type Mark) meter (Ibs) (in) (Ibs) (in) (Ibs)47,(in)..; �G Aa6ng*c V 3750 RCA Black 30 250 0.15 200 0.12 200 0.09 13.6 E RBA- Green 45 525 0.15 420 0.12 420 0.09 6.5 R White 60 1000 0.15 800 0.12 800 0.09 3.4 T RBA 4050 Green 40 1400 0.15 1000 0.12 400 0.09 2.7 RCA. Red 50 2100 0.15 1500 0.12 600 0.09 1.8 C White 60 3500 0.15 2500 0.12 1000 0.09 1.1 A All Rated Capacities are based on proper neoprene loadings without metal to metal contact. 2350 L Seismic Max. G Ratings are based on metal failure under static seismic loadings as defined in the building codes. Horizontal G Ratings are for quick reference only—Use OSHPD Rated Load Curves. 3400 3750 Specification HORIZONTAL Captive neoprene mountings shall consist of a steel housing with a captive steel insert Horizontal, Vertical and 45' plotted embedded in neoprene to prevent contact between the housing and the central threaded Ratings are California OSHPD insert. Bonded assemblies without mechanical interlocks are not acceptable. approved values having the OSHPD All mountings shall have minimum 1.0 horizontal G ratings and anchorage preapproval "R" Anchorage Preapproval Number R- numbers from the Office of Statewide Health Planning and Development (OSHPD) in the 0200. Testing and calculations were state of California, attesting to the maximum horizontal and vertical load ratings. All performed to meet OSHPD criteria. mountings shall have bolts for rigid attachment to the equipment and adequate base bolting To use approved OSHPD rated load provision. Mountings shall have a minimum static deflection of 0.15". curves: 1) Calculate Vertical and Hori- In seismic zones, submittals shall include calculations showing that the intersection of the zontal Forces on mounting including horizontal and vertical seismic loads fall below the OSHPD approved curves. Anchorages translations and overturning moments. must be designed to meet the applicable building codes.All calculations must be signed by a 2) Plot Horizontal Load vs Vertical 6197 professional engineer. Mountings shall be type RBA and RCA as manufactured by Mason Load. The point must fall within the Trr,67 Industries, Inc. area below the OSHPD curve. Printed in U.S.A =4 I FV _ ■ • ■ . • , ■ • . , � 0 FEATURES COMPUTER • computation, measurement, 2 paralleling, communication O O • 42 functions available SIMPOWER O O 4\� O Q MICROPRO 1 - - - • 16 digital input, 11 relay outputs, MODEM MODEM I COMMUNICATOR If k TELEPHONE TELEPHONE Q Q ' 4 analogue channels JACK JACK , ' TELEPHONE LINES, CEL • 36 timers, with option of8more - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - COMPUTER • random access, upto8genset 1 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - r - - - parallel capability } • unit mounted control centre • local keyboard, local computer or remote computer keyboard Windows compatible or MS DOS SIMPOWER GEN SET • Big screen 80 character display (up to 8 units) • 29 electrical parameters of 3 phase gensets • 3 electrical parameters of the bus/utility • 12 or 24 VDC operation with IN UNIT MOUNTED PANEL 110 to 600 VAC systems J • operates transfer switch (ATS) USER • no need for synchroscope RESE UTILITY [1 [1 [1 [1 IJE 11 [1 [1 [1 J J • levels of security for protection 4 5 J 6 J J J • translation to French, Spanish and Japanese 7 g g I ❑ ❑ ❑ C1000 J• building management � n 01 ENTE - SIMPOWER SIMPOWER 9 /iFi / mle J FA FY =fMmA I I MICROPRO 1 CONTROLLER OF THE FUTURE MICROPRO SPECIFICATION STANDARD FEATURES Standard features offered by Simpower ALTERNATOR MEASUREMENTS • High Temp Engine Shutdown • Multiple Generator-Sets(8 max) Security 1 • Volts Gen Phase A ❑ High Temp Engine Prealarm - Random Access Load-Sharing - Three Password System - • Volts Gen Phase B Low Temp Engine Alarm - Load Dependent Start/Stop Sequencing Indicators • Volts Gen Phase C ❑ Low Coolant Level Shutdown,Warning and Activity LEDs • Volts Fuel Level s Gen Phase A-B APPLICATIONS(GENERIC CONFIGURATION) ❑ • Volts Gen Phase B-C Battery Charger Fault Interface For PLCs MONITORING ❑ • Volts Gen Phase C-A ❑ External Overload (Ideal For Complex/Special Projects) ❑ Local Monitoring • Amps Gen Phase A FRONT PANEL - COMMUNICATOR w/RS232 Output ENGINE MANAGEMENT ❑ Remote Monitoring • Amps Gen Phase B • Display 80 Characters • Amps Gen Phase C Preheat - 20 Col x 4 Row Characters LCD - COMMUNICATOR(RS232 Dial-Up Modem) • • Frequency Gen Fuel Solenoid - User translatable text,English, TECHNICAL SPECIFICATION • kW Gen Phase A Starter Crank Solenoid Optional French,Spanish,Japanese Battery Voltage • kW Gen Phase B Visual Alarm Control Fault Logging - 8V To 40V Continuous(Load-Dump Protected) • kW Gen Phase C Audible Alarm Control - Last 8 Reports(Time Recorded) Accuracy 0.5%(True RMS) • Total kW Gen APPLICATIONS(COMPLETE AUTONOMOUS Keys Fascia Panel • kW-Hour Readout CONFIGURATIONS) - Stop - Completely Sealed(IP65) RESE • P.F.Gen Phase A Single Generator-Set -Alarm Mute/Reset Operating Temperature • P.F.Gen Phase B - Prime Power - 4 Menu Navigation Keys - -30'C to+70'C • P.F.Gen Phase C - Utility Standby - 10 Digit Keys Phase Inputs ENGINE MEASUREMENT - Utility Standby With Soft Transfer Parameters(Delays,Etc.) - Internally Isolated To IEEE 587 Class C • Battery Volts - Peak Shaving(a.k.a.Peak Lopping) - Field Adjustable Standards Complies With NFPA 110,ICE,CSA 282 4 5 6 +— —► • Speed RPM - Cogeneration(a.k.a.Combined Heat&Power) - Non Volatile No Sychroscope required •Crank Attempts •CSA-NRTUL Approved c P%—. •Starts MICROPRO 1 SPECIFICATION vs COMPETITORS • Hourmeter Q ❑ Engine Coolant Temperature Features offered by Simpower but NOT by our Competitors PARALLELING ❑ Oil Pressure • Auto Synchronizer I ALTERNATOR ALARMS/SHUTDOWNS ALTERNATOR MEASUREMENTS ❑ Boost Pressure(Turbocharger) Phase&Frequency Matching - • kVA Gen Phase A ❑ DC Amps Voltage Matching • • Gen Over Volts• Gen Under Volts kVA Gen Phase B ALTERNATOR ALARMS/SHUTDOWNS Check Synchronizing O • Gen Over Current kVA Gen Phase C Load Sharing ` • • Gen Over Frequency • Total kVA Gen Set kW Load sharing • Gen Under Frequency • Gen High%THD(Harmonic Distortion) • kVAr Gen Phase A kVAr Load Sharing • Gen Voltage Not Built Rotation Wrong(Illegal Gen Phase Order) • kVAr Gen Phase B • Power Export With Ramp Up/Down - • Gen Frequency Not Built kVAr Gen Phase C Gen Reverse Power kW and kvAr Export Control - - • Gen Loss Of Excitation ENGINE ALARM AND SHUTDOWNS Total kVAr Gen Set Loss Of Utility During Paralleling Control of Motorized - • Battery High Volts %THD Gen Phase A(Harmonic Distortion) Dead Bus Protection Mechanical/Hydraulic Governor for _ • Battery Low Volts %THD Gen Phase B Paralelling/Load Sharing • Engine Water Temperature Low %THD Gen Phase C ENGINE ALARM AND SHUTDOWNS (or sender fault) Volts Bus/Utility Phase A J Fuel Level Low TRANSFER SWITCH KER AND UTILITY • Engine Water Temperature High Frequency Util ty/Mains J Fuel Level High CONTACTOR/BREAKER MANAGEMENT • G E N SET CONTROL • Oil Pressure Low %THD Bus/Mains Phase A ❑ Oil Temperature Low Utility Failure Detection • ❑ Oil Temperature High(or sender fault) Time Delayed Transfer Logic Oil Pressure High(or sender fault) REMOTE MONITORING SYNCHROSCOPE In-Phase Transfer Logic � • Over Speed • Phase Shift Engine Shutdown Failed • Engine Slow Crank-Rapid Reapeat • RPM vs.Frequency Mismatch AUXILIARY CHANNELS • Voltage Match Building Management-Remote Monitoring - PROTECTION/ALARM • Engine Over Crank • Frequency Hz Slip ENGINE MANAGEMENT 8 Input • Oil Pressure Not Built Control Relays(10A Contacts) ❑ 32 Ouput ENGINE MEASUREMENT Lubrication Pump Control ❑ M E A S U R E M E N T ENGINE(CONTACT INPUTS) ❑ Fuel Level ❑ Consult Factory for Details � • Remote Emergency Stop J Oil Temperature Set Running Indication • Low Oil Pressure Shutdown POWER EXPORT ❑low Oil Pressure Prealarm 9 J OPTIONAL DEALER: • LOAD SHARING/PEAK SHAVING AUTO SYNCHRONIZER, PARALLELING Specifications subject to change without notice. SP024 Printed in Canada 5 11545 Kingston St.. Maple Ridge (Vancouver), B.C., Canada, V2X OZ5 9002 614 ••1 • • :11 :•1 •11 (Ontario • 60 ••i • • SSI • 1 C_ TM •• •• • •• • C=CHARGER'�' AUTO EQUALIZE CHARGER • Fully automatic equalizing n e� m.amsum''X�'y o x --- • Diagnostic alarms a- "' y 67 Battery temperature compensation 3 _ r�' • �° • Stainless steel for corrosion } resistance � � r L: � • Vacuum impregnated, ferroresonant transformer for reliability � �-=�- � � "� �' � • Flush meters °-= �" • Two year limited warranty • UL listed Charles Industries has provided three methods of At this voltage the charger is switched to the float mode equalizing: Float/Equalize switch,0-24 hour timer,and and the equalize light is extinguished. 0-24 automatic equalize time(See AE data sheet).This new AA charger now offers fully automatic equalizing. If battery voltage remains low, a red low voltage alarm No manual switching or settings. No waiting for power light is lit. If battery voltage remains high, a red high failure. No nine to twenty-four hour overcharges. No voltage alarm is lit. For remote locations an optional failure to return to float due to high load currents. summary alarm relay is available. If battery voltage drops below a set value, i.e., 25.5 Adjustable low and high voltages permit tailoring the VDC,the charger is switched to the equalize mode and charging system to specific batteries. Precise setting the yellow equalize light is lit. The charger remains in of these voltages is provided by fifteen turn potentio- equalize mode until the battery voltage reaches another meters. set value, i.e., 28 VDC. This ensures that the battery is completely recharged and not cycled. Battery temperature compensation is available. Charles Industries, Ltd. Charles Center, 5600 Apollo Drive, Rolling Meadows, Illinois 60008 U.S.A. GSA Telephone:(847)806-6300 �� ® FAX: (847) 806-6352 : SPECIFICATIONS Standard Accessories Optional Accessories • DC ammeter • Remote summary relay • DC voltmeter • Battery temperature compensation • Equalize light • Low DC voltage alarm relay • AC On light • High DC voltage alarm relay • Low Voltage light • Low/High voltage alarm relays • High Voltage light . Current failure relay • Equalize test button . AC power failure relay • AC circuit breaker • Terminal board Specifications Environmental . AC Input . Operating Temperature: 0 to 500C (122°F) 108-132 volts 60 Hz • Storage Temperature: -200 to 600C (220 Volts 50 Hz optional) • Cooling: Convection DC Output Enclosure • Float: 2.16 VPC for lead acid 304 stainless steel hinged cover (1.45 VPC nickel cadmium) to facilitate installation • Equalize: 2.33 VPC for lead acid (1.55 VPC nickel cadmium) • Current limit at approximately 135% Typical Output Curve VPC 2.5 — Model D.C.D System Helght Wldth Depth Weight Number Amps. yolta a Inches Inches Inches fibs. 2.4 Equalize 12 Volt 2.3 AA1206' 6 12 11 9 8'/2 12 2.2 AA1210' 10 12 11 9 8'/2 14 2.1 AA1220' 20 12 11 9 8'/2 22 2.0 24 Volt 1.9 AA2406' 6 24 11 9 8'/2 14 18 0 10 20 30 40 50 60 70 80 90 100 OF RATED CHARGING CURRENT(AMPS) AA2410' 10 24 11 9 8Y2 22 TO ORDER SPECIFY: AA2420' 20 24 16'/8 15 8/2 38 1. Model number 32 Volt 2. AC input: voltage and frequency 3. Battery type and number of cells AA3206 s 32 11 s SY2 22 4. Ampere hour capacity of battery AA3210 10 32 11 9 8v2 26 5. Recharge time desired AA3220 20 32 163/a 15 8'/2 50 6. Description of load 7. Options ' UL Listed P/N JI 22856 K&M 7/97 PRINTED IN USA Chamber Silencers Application E13 Silencers are recommended for use on intake or exhaust of internal com- bustion engines in semi-residential areas with light industry. The E13 may also be used on turbocharged engines for use in residential areas. Design A multi-chambered silencer containing a special arrangement of volumes and air passages to effectively reduce pulsations through the conversion of noise energy into heat. May be installed in horizontal or vertical position. Construction All-welded steel construction for long service life. Exterior painted with high quality primer. Flanges are drilled to match 125 lb. American Standard Flanges. Comparable Models: STODDARD SILENCERS BURGESS INDUSTRIES MAXIM SILENCERS E13 BMB E13H BMB•L Typical Attenuation Curve 40 30 Z a g a Q 20 ■■ �z W 10 a 0 1K 2K 4K 8K 63 125 250 500 OCTAVE BAND CENTER FREQUENCY (HA Mode[:= = '- "B` _ :Wt> __ E13.4 4 T4 49 >110 Eli-'S' :'; .64 <•s ._' i75.:. E13 8 8 - ;22 '74t/z =350 EI3-TO 16 r 87th ,':E1312 12- 30 =112 M. .Ei314 14 = 36 § 114 _>106Y E13-ib 16 126 19007 -.E13-20 20 E3 22 = ? / 060_ - TE132d 'a 1E.Min, T:1Maz = Wt. '110 E13H;_4 4 s 12x 125 y. 13H E13FF 6 1' 6 I8 6�0 13� 4 r8 --�_24�L: _.:175 y. �I E13H 8 8 2T 71 #' T5 Y^� ..�9 " -: 350 8d a1Z ;` •_r E13A 10 `1Q 26 _ .l,i ~0.,, 500 ti. '�Ei3FfT2 - iT � -30 ;108/z ' 48 1100 E13Fft4 - 14 ^�36 ;i5 r'�. . Sd 1100 E13H-I6::, 16 z 36 T23 -�22 = _" `-•b0.. `. 1900 ��E13H-T8;' ;"16 -42 -'13T 25 .r :17_•'--., �.;.� _E13H-20. 20 ::: 48 :138 28 18 a ��20F :2700 E139-22 s 22 •-. 54 151th 3T,s < C 78 r, :;370022 -� E13H-24 24.. -..60 LARGER SIZES AVAILABLE ON REQUEST 5 ni Siemens Molded Case Circuit Breakers I E o q MD 800A Frame Interchangeable Trip Unit Breakers Non-Interchangeable Trip Unit Breakers Interchangeable Standard High Standard Fuseless Trip Unit Interrupting Interrupting Interrupting Current Only Capacity Capacity Capacity Limiting Symme- 240V ac - 65 ka 100 ka 65 ka 200 ka trical 480V ac - 50 ka 65 ka 50 ka 100 ka Interrupting 600V ac 25 ka 50 ka 25 ka 65 ka Capacities 250V do 30 ka 30 ka 30 ka 30 ka At: 500V do 25 ka 50 ka (4) I.E.C. 157-1(Pl) 220/ 240V(5) 65 ka 100 ka 200 ka 50/60 hz. 380/ 100 ka 415V(5) 50 ka 65 ka rapacity Catalogue Catalogue Catalogue Catalogue Catalogue List amps Number Number(1) Number(1) Number Number(1) Price 2 Pole(2) Frame only 800 MD62F800 HMD62F800 Thermal 500 MD62T500 MD62B500 HMD62B500 MXD62B500 CMD62B500 Magnetic 600 MD62T600 MD626600 HMO62B600 MXD62B600 CM062B600 700 MD62T700 REFER MD62B700 REFER HMD62B700 REFER MXD628700 REFER CMD628700 REFER 800 MD62T800 TO MD628800 TO HMD62B800 TO MXD62B800 TO CMD628800 TO ALPHA- ALPHA- ALPHA- ALPHA- ALPHA- Molded Case NUMERIC NUMERIC NUMERIC NUMERIC NUMERIC Switch 3 800 PRICE PRICE PRICE MXD62S800A PRICE CMD62S800A PRICE LIST LIST LIST LIST LIST 3 Pole Frame Only 800 MD63F800 HM063FBOO Thermal 500 MD63T500 M0638500 HMD63B500 MXD63B500 CMD63B500 Magnetic 600 MD63T600 MD63B600 HMD638600 MXD638600 CMD638600 700 MD63T700 MD638700 HMD63B700 MXD63B700 CMD63B700 800 M063T800 MD63B800 HMD638800 MXD638800 CMD63BBOO Molded Case Switch(3) 800 MXD63S800A CMD63S800A Motor Circuit Interrupters(6) Instantaneous Trip Range Ampaciry Catalogue List Catalogue List amps Minimum Maximum Number Price Number Price amps amps 2 Pole(2) 800 3000 6000 MXD62L800 REFER CMD62LBOO REFER 800 4000 8030 MXD62A800 TO CMD62A800 TO 800 5000 10000 MXD62H800 ALPHA- CMD62H600 ALPHA- NUMERIC NUMERIC I 3 Pole 800 3000 6000 MXD63L800 PRICE CMD63L800 PRICE 800 4000 8000 MXD63A800 LIST CMD63A800 LIST Boo 5000 10000 1MXD63H800 CMD63H800 (1) For too-,.rated devices,add suffix'H-to.3 pole breaker catalogue number and t o%to list price.Trip unit will be fixed mounted. - (2) 2 pole available in 3 pole width only. (3) Includes self protecting elements,may open circuit above 10,000A. (4) 500V do ratings are applicable to 3 pole devices with 2 poles wired in series. (5) Applicable to 3 pole devices only.Not applicable to molded case switch. (6) ETI interrupting ratings are det3rmined through combination tests with properly sized contactors and overload relays. Page 14 Discount Schedule S4 Siemens S-040. 1991 Siemens Molded Case Circuit Breakers i ,,: ,' I_TE ® �� +tea,,,• - .. _ Enclosures - Type 1 Numbe Maximum Catalogue List Dimensions mm(inches) Breaker Type Of Current Mounbrig Number `4 Price Figli ure Poles Rabng."i (1) (1) Number A % B C p 'E F BC,BCH,HBD 3,, .' 50 .' Surface E630505 t", 435.(17_i!8) 181(7 118) 721(4 3/4) 360(14 1/8) t 14(4 1/2) 33(1 5/1.6 y 3 50 Flush. EB3050F: t 435(171l8) 181(7118) 121(4 3/4), ; 360,(14 1/8) 114(4 1/2) ,:33(1,5/16)' 3 700 Surface EB3100S; 1 s 435(17,1l8) 181,(7 1/8)' 121(4 3!4)< 360(14 1/8) 114(41/2) 33(15/16). 3 /00 Flush,; E63100F 1. 435(17 1/8) 1B1„(7 7/8), 121(4 3!4) 360(14 118) tt4(4 1/2) ,33( 5116) y ED2,ED4,ED6 2.3 > 700 Surface E2NiS_?: 2 42.5(1623/32) 191,(7,1/2) 129(51l16) 348(1345'64) ,i33 1/4} 25(7) HED4,HED6 Y700 `s Flush..;. E2NIF;,!' 2 445.(17.1l2) 215,(81/2);. 729(51h6); y348(1345/64) J33(51l4)'•.25(1) REFER CEDE 2 3 100 x Surface CLE6N1$ TO 2 545(21 15l32) 193.(7 19l32) t30(5 7/64) 464(18 1/4) 2 3 100 F Flush_', CL.EWIF 2 565(22 t/4) 216(81/2) _,j 130(5 7l64) 464(16114) 123j,5 1/4) 25(1) ALPHA FXD6 FD6,HFD6 CFD6 2 3 '' 250 Surface F6N1S 2 ', a976(3813/32} 211J11.15132)129(5 1116) ' 836(33) 203(8) 39(1 33/64) 2 3 250 .' ,Flush ;' F6N1S NUMERIC 2 873_(3813r32} 291.(11 15/32) 129(5 1l16) 838(33) 2U3(8) 39(1 33/64) JXD2JXD6.' X PRICE r JD6,HJD6,6J 18/64 D6 2 3 400 Surfacer J6N1 (40 570(22 27/64)272(li 64) 914(36) �464 SJD6 SHJD6 SCJD6 j LIST LXD6,LD6 FiLD6 CLD6.3 2 3 600 Surface L6N1 ` 3 1148(4513/64 576(22 27/64)272(10 45/64j 1041(41) 464(18 1/4) 53(2 5l64y 17 SLDB SHLD6 SCLD6 , MXD6 MD6 HMD6 CN1D6s 3 r" SMD6 SHMD6 SCMD6 2 3 ]200 Surface MND61 (' 3 :6 t524(60} { 570,(22 27l64)254(10) >; 1419(55 7/8) 464(181/4) a NXD6,ND6,HND6,CND 6 SND6.SHND6 SCND6 x PXD6 POti,tiPD6 CPD6 2 3 7600 Consult Local Siemens Sales Office + SPO6 SHPD6 SCPDB a .r RX06,RD8.HPIP CRD6 2 3 2000 A" Consult Local Siemens Sales Oft ce 1. X 9; SRD6,SHRD6 SCRD6:1 < ; (1)Unless specfied enclosures'do not include neutral select and price neutral from neutral.table .a - �- F--I C Figure 1 e Figure 2 Figure, r— E 9 Number Maximum Breaker Type of ,; Current Mounting Catalogue List Figure a Poles Rating Number Price Number A., B C D E F„ QJ2 Q1H2,QJ2 H 23 y 225 c Surface E63225S SEE 4 686.(27) 257(t0 1/8) 4686(27) 257(10 1/8) 133(5114) 686 257(10 1/8)` 714(281l8) 286(11,1/4) 133(51/4) 71_(2.13/t6) 2 <.'' ':225 Flush';, E83225F NUMERic •14 .. Neutrals 60 j2 3/8) 76(3) 508(20) 128(51/16) 70(2 3!4} `,r 60(2.318) 76(3)'!,,: 508(20) 128(5 1l16).70(2 3/4) 70(2 3!4) 114(4 1/3) Enclosure , Catalogue ; Catalogue - List Number S Number Price 2-a)REQ0 s e c).* E2N1S(F),` Included REFER r, CLBN1$(F) locluded TO I t/2-2-2-V2 K°s i x .. G 1'.1�- (2)REO'G I F6N1S(F) k; NFD ALPHA- A I I J6N/ NJD NUMERIC L6N1 NLD PRICE " F MN06t NMND LIST E Figure 4 r` Page 36 Discount Schedule S4 Siemens S-040 •1991 H-SINFROWER , LOW MAINTENANCE BATTERY Cold Cold Reserve Crank Crank Capacity Product AMPS AMPS Minutes Length Width Height Weight Code @0°C @-17.8°C @25 A in. (mm) in. (mm) in. (mm) kg (32°F) (0°F) 26C560 688 560 80 8 '/4 6 13/16 8 1/8 14.1 (209) (173) (206) 27F675 830 675 140 12 7/16 6 5/8 8 15/16 19.1 (318) (168) (226) 30H-625D 768 625 125 13 '/2 6 13/16 9 '/4 14.1 (343) (173) (235) 30H-700 860 700 175 13 '/2 6 13/16 9 '/4 24.0 (343) (173) (235) 8D-1100 1415 1150 360 20 3/4 11 1/8 9 7/8 52.2 (527) (283) (250) 8D-1200D 1472 1200 390 20 3/4 11 1/8 9 7/8 36.3 (527) (283) (250) FEATURES: 1 . HIGH IMPACT POLYPROPYLENE CONTAINER PROVIDES RIGIDITY AND GREATER STRENGTH TO RESIST BREAKAGE. 2. POLYETHYLENE MICROPOROUS ENVELOPE SEPARATORS WITH LOW ELECTRICAL RESISTANCE FOR HIGH PERFORMANCE AND LONG LIFE. 3. COMPUTER DESIGNED GRIDS FOR GREATER STARTING POWER. 4. TROUGH-THE-PARTION INTERCELL CONNECTIONS PROVIDE INCREASED CRANKING AMPS, AND GREATER STRENGTH FOR LONGER LIFE. 5. VENTING SYSTEM IS LEAKPROOF, BUT FULLY REMOVABLE TO ALLOW ACCESS FOR WATER ADDITION. THE BATTERY WITH "D" SUFFIX ON PRODUCT CODE IS A DRY CHARGED BATTERY. IF DRY CHARGED, THE ACTIVIATION PROCEDURE SUPPLIED WITH THE BATTERY SHOULD BE FOLLOWED. WEIGHT INDICATED FOR THESE BATTERIES IS THE DRY WEIGHT. REV. 06-J-00 Kliterature\Battery 1.dcc DRAWING SPECIFICATIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE.THE INFORMATION ON THIS DRAWING 15 THE PROPERTY OF SIMPSON POWER PRODUCTS LTD.IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. NOTES 1 1) ALL DIMENSIONS ARE IN inches [mm]. 2) APPROXIMATE TOTAL WEIGHT OF RACK do BATTERIES: 297 LBS (135 KG] 3) MATERIAL MILD STEEL 4) FINISH' POWDER COAT �0 7 16" m HOLE ACID RESISTANT o / EPDXY o wo 3 PLACES 5) COLOUR: ASA 61 GREY � Vl 1/8 Z m u�I 0 40 3/8 [10261 ±O (0](3] 43 3/8 1102 TOP VIEW DESIG. COMPONENT 1Y. LENGTH 1 1 L 1 1/2x 1 1/2x 1/8,A36 2 40 3/8" 2 2 L 3x 1 1/2x 3/16,A36 2 11 1/8' 1/a TYP. `----- 3 L 1 1/2x 1 1/2x 3/16,A36 1 10 7/8' 1/8 3 5 9/16 141 15/16 24 11 1/8 283 19 1/4 489 TYP" 21 1/8 537 _ 21 1/8 END VIEW SIDE VIEW SCALE TI TLE 1:8 SIMPSON POWER PRODUCTS LTD. 1ry DRAWN BY DATE BATTERY RACK FOR % 1150 q�on SL,Mcpl.R,,,.,B.C.Canada,V2X OZ5 C TITLE BLOCK UPDATED V.C. 31MAY95 R.S. 26MAY94 DUAL 8D BATTERIES T-!(1504)460-3611,`m 111041460-19" 8 GENERAL REVISIONS T.Y. 28JUN94 CH Y DATE UA u WORK ORDER PHASE NO. DWG. NO. REV. NO. REVISIONS BY DATE 2 I I AFT/�' 5671 B3669 �i H'.SIMPOWERTM BATTERY BOXES C 7 8D 30H 81) - 21 3/4"L x 11 1/2"W x 11"H - Wt 13 lbs. PART # 5 - 8D 30H - 14 1/2"L x 7 3/4"W x 10 3/4"H - Wt 3 1/2 lbs. PART # 3 - 5519 Molded from Natural Polyethylene for chemical resistance and rugged durability. Molded ribs on sides for strength. Molded ribs on base for clearance between battery box. Pre-drilled cable holes on sides and ends. SIMPSON POWER PRODUCTS LTD. DA H-SIA4POWER;- 5 YEAR LIMITED WARRANTY For products used in Stand -By Applications EFFECTIVE DUNE 33 1999 1. DEFINITION "Stand-by" applications refer to products or parts thereof('Products") used as backup or secondary source of electrical power for which operation is based on the Simpson Power Products Ltd. ("SIMPOWER")stand-by rating at time of sale,for the duration of the power outage. 2. TERM OF LIMITED WARRANTY SIMPOWER warrants for the periods set forth below that goods manufactured or,supplied by it will be free from defects in workmanship and material provided that inspection and initial start-up are conducted by SIMPOWER, its authorized Distributor, or its designated representative. SIMPOWER warrants that it will repair or replace, at its election, any Products which prove to have had a defect in material or workmanship. 3. TERM LIMITATIONS OF LIMITED WARRANTY A. This coverage shall commence upon the initial start-up date of new Products and shall expire upon the earlier of the following: 1. 60 months after the initial start-up date; or 2. 66 months after the original shipment date from SIMPOWER factory; or 3. 3,000 hours of operation B. Simpson Power will administer the warranty coverage for auxiliary equipment, such as but not limited to AC alternators, block heaters,transfer switches and control systems which are covered under the terms and conditions of their respective manufacturers specific warranty policy. C. Notwithstanding the above, Major Components for engines manufactured by Mitsubishi Heavy Industries Ltd. Corporation and Mitsubishi Motors Corporation, the cylinder block casting, connecting rod forgings, and crankshaft forging will be free from defects in material or workmanship. This coverage shall expire upon the earlier of the following: 1. 36 months after the initial start-up date; or 2. 48 months after the original shipment date; or 3. 3,000 hours of operation NOTE: No damage from other sources, such as damage from the loss of a crankshaft bearing, shall be considered as a forging defect. SiMPOWER shall not be responsible for labour costs incurred for repairs under the Major Component Warranty. D. To be covered by this warranty, your stationary Standby Generator System must include an auto engine controller with running time meter and battery charger and an automatic transfer switch and safety shutdown protection. This system must be used only as an emergency power source during commercial utility power interruptions. E. Parts replaced under warranty shall be covered to the expiry date of this limited warranty. Rev: 03-Jun-99 C:19900csMarrangA5 Year SB Warranty 1999.doc Page 1 4. SIMPOWER'S RESPONSIBILITIES UNDER THE LIMITED WARRANTY SIMPOWER shall be responsible for: A. The repair or replacement, at SIMPOWER's election, of covered defective parts and all reasonable labour required regarding a warranted failure during the limited warranty term. All such labour shall be provided by SIMPOWER, its authorized Distributor, or its designated representative. B. Travel time and mileage expenses incurred by SIMPOWER's authorized Distributor or designated representatives to a maximum of 8 hours and 600 kilometres respectively, excepting the term as specified in Section 6L. C. Replacement of lubricating oil, coolant, filter elements, or other normal maintenance items that are contaminated and/or damaged as a direct result of a warranted failure. ,. OWNER'S RESPONSIBILITIES UNDER TI IE LIMrrED.WARRAN-rY Owner shall be responsible for: A. The operation and maintenance of the Products within the guidelines established by SIMPOWER and to maintain a detailed record log of all maintenance and repairs performed on the unit. B. Making the Products available to SIMPOWER or SIMPOWER's authorized Distributors or designated representatives for any warranty repair,during normal business hours. C. All additional costs incurred for premium or overtime labour, should Owner request that repairs be made on a premium or overtime schedule. D. All costs incurred as the result of removal or reinstallation of the Products as may be required to effect any warranted repair. E. Any costs of transportation, towing, repair facilities, lodging or associated costs except those covered by Section 4B. F. All customs brokers fees, insurance, and taxes of whatever kind except those incurred in procuring warranty covered parts. G. Loss of revenue and loss of/or damage to real and/or personal property. 6. LIMITATION OF SIMPOWER'S OBLIGATIONS UNDER THE LIMITED WARRANTY The obligations of SIMPOWER under this limited warranty shall be waived and voided, and SIMPOWER shall not,thereafter, be responsible for: A. Any failure resulting from owner or operator abuse or neglect, including but not by way of limitation, any operation, installation, application, or maintenance practice not in accordance with guidelines or specifications established by SIMPOWER;or B. Any failure resulting from modifications or repairs of the Products not authorized by SIMPOWER in writing; or Rev: 03-Jun-99 C:199DocslWarranty6 Year SB Warranty 1999.doc Page 2 C. Any failure resulting from overload, overspeed, overheat, improper fuel, accidents, improper handling, storage, installation; or D. Normal engine wear, routine tune-ups, tune-up parts, adjustments and periodic service; or E. Damage due to negligent maintenance such as but not limited to: 1) Failure to provide proper and sufficient lubricating oil, 2) Failure to keep air intake and cooling fin areas clean, 3) Failure to properly service air cleaner, 4) Failure to provide sufficient coolant and/or cooling air, 5) Use of other than factory supplied or approved repair parts and/or procedures, 6) Failure to perform scheduled maintenance as prescribed in supplied manuals, 7) Failure to exercise with load regularly. F. Shop supplies such as adhesives,cleaning solvents, rags, etc.; or G. Installation charges or start-up costs; or H. t_Huour to WI)I CO sl,lrlillcy I,nllolles rliuf Mo. following related uxhunsus: 1) Labour charges related to battery service, 2) Travel expense related to battery service. 3) Starting batteries are pro-rated after the first year I. Engine coolant heaters after the first year; or J. Maintenance items such as fuses, lamps, filters, spark plugs, loose/leaking clamps or block heater, coolant and fuel hoses after the first year; or those recommended for replacement at specified intervals by the manufacturer;or K. Fuel, oil, coolant/antifreeze except:;ontaminated as outlined in Section 4C; or L. Labour and travel charges for third,fourth,and fifth years of warranty; or M. Expenses incurred investigating performance complaints unless the problem is caused by defective SIMPOWER materials or workmanship within the first year; or N. Unauthorized repair shop labour and parts, or O. Failure of owner to promptly provide written notice of a claimed defect and to provide information as requested by SIMPOWER, its authorized Distributor, or designated representative; or P. Failure of Products for which SIMPOWER did not receive properly completed Start-up Reports; or Q. Failure to make products available to SIMPOWER, its authorized Distributors or its designated representatives;or R. Telephone, telegraph, teletype or other communication expenses;or S. Rental equipment used while warranty repairs are being performed. Rev: 03-Jun-99 C:\99Docs\Warranty\5 Year SB Warranty 1999.doc Page 3 7. RETURN OF PRODUCTS UNDER LIMITED WARRANTY No products may be returned to SIMPOWER without its prior consent. In no case will SIMPOWER accept shipping charges, whether in respect of the return of allegedly defective products to its factory or authorized service station,or the sending of repaired or replacement products to the Owner. 8. APPLICABILITY AND EXPIRATION OF LIMITED WARRANTY The warranties set out above are extended to all owners in the original chain of distribution. The warranties and obligations of SIMPOWER shall expire and be of no further effect upon the dates of expiration of the applicable warranty periods. ` The foregoing sets forth SIMPOWER's only obligations and owners' exclusive remedy for breach of warranty, whether such claims are based on breach of contract, tort (including negligence and strict liability), or other theories, and the foregoing is expressly in lieu of other warranties whatsoever expressed, implied, and statutory, including without limitation, the IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS. Notwithstanding the preceding, in no event shall SIMPOWER be liable for any direct, special, incidental or consequential damages (whether denominated in contract, tort, strict liability, negligence or other theories) arising out of the use of any Products under this Agreement. Any action arising hereunder or relating hereto, whether based on breach of contract, tort (including negligence and strict liability) or other theories must be commenced within one (1) year after the cause of action accrues or it shall be barred. There is no other warranty, except as expressed in Section 3 (B). Rev: 03-Jun-99 C:%9DocsMarrantyNS Year SB Warranty 1999.doc Page 4 Model M-4025 Color BLACK CVWR 40,500 _ . ► WIF FILE # .1-0127A VIN # 1_r9DE1-1g(i Fn1571 PURCHASE DATE: 8-21-01 WARRANTY EXPIRATION DATE: 8-21-02 fimrianimp. an jaicahsm fragnm Jacobsen Trailer Inc. guarantees to the original purchaser of the trailer which bears the serial number below, that JACOBSEN TRAILER INC. will replace, or at its option repair, F.O.B. its factory or authorized dealer's shop, any part of the trailer, with exception to tires, which within one year from the date shipped proves to be defective in materials or workmanship under normal use and operating conditions; provided JACOBSEN TRAILER INC. shall be notified immediately upon the discovery of any claimed defect. Said defective part(s) shall be returned, freight prepaid, to JACOBSEN TRAILER INC. Operation of this trailer in any manner other than that recommended in the instructions, or operation beyond its rated capacity, or use other than for which the trailer has been specifically designed, shall void this guarantee. No claim(s) against JACOBSEN TRAILER INC. and/or its dealer(s) will be honored or ac- cepted for material(s) and/or part(s) purchased from any other sources than JACOBSEN TRAILER INC. as replacement for defective part(s) or material(s), including labor for said v� replacement part(s), without written consent of JACOBSEN TRAILER INC. first obtained. No other guarantee or warranty, either expressed or implied shall be made by or in behalf of JACOBSEN TRAILER INC. with respect to the trailer or operation, replacement,or repair of the trailer and the purchaser shall indemnify and protect JACOBSEN TRAILER INC. against all loss or damage(other than the cost of replacement or repair as aforesaid) resulting from or arising out of or in connection with the testing, use,operation or unauthorized replace- ment, alteration or repair of any trailer or part thereof. Ak FAILURE TO MAIL THIS CARD VOIDS WARRANTY!,!, �f i WARRANTY CARD i FILE# J--01 77A Color RT.ACK Model FW _—AQ25 Owner's Name a ao o TRAILER INC. I Address O City State 1128 E. SOUTH AVENUE FOWLER, CALIFORNIA 93625 Date Purchased PHONE(209)834-5971 Dealer's Name Dealer's Address City POSTAGE DETACH, REQUIRED FILL IN, AND MAIL JACOBSEN TRAILER INC. 1128 EAST SOUTH AVENUE FOWLER, CALIFORNIA 93625 10 DAYS FROM PURCHASE CERTIFICATE OF ORIGIN FOR.A.VEHICLE MD I, Ogg Jill fi 1 1 1 ?r�r� 3 fit`. •' • • • • • • • •. . • •• • • •' • 1 "'`4 •' •'• ••• • ••' • • • •. • • •• • • `yam^ 6 • _ - Each-undersigned setter certifies to the best tus knowledge Inforrriatron arid:l�ellib[A ider:'penatty of law:that the vehicle is riew and has nol-been registered in this.or any state of the'time of:delivery and the vetijcle,is.rrot subject_io any secu{ity iMeresls'oth&than these discbsed herein and warrant title to the vehicle.. FOR.VALU6REGEIVED I TRANSFER'THE•VEHICLE:DESCRIBED ON-THE-FACE OF THIS CERTIFICATE TO: NarlEOF CITY OF.. RENTON i; w W PURCHASER(S), WM ADDRESS 3555 NE SECOND STRRT , RFNTON, WA 98.05b z. I certify to the best of my knowledge that the odometer readmgis ' No Tenths . o:> oEA�ERSIMPSON` POWE'R SYSTEMS Bv; Z. -. NArAE OF DEA ERSF.IP O LERSPCENSENUMBER.. .. I-w. _ :'Being.dutq shorn upon oath says thataha statements - - 'set forlhaie true arxlcorrecL Subscribed and sworn fiefore rrJe Z B-RITIS:H CQLUMBIA 2e%o c9 on o QJnot CLANADA:: No Putiic _ - USE NOTARIZATION ONLY IF.IF.REOUIRETNTkING JURISDICTION- NAME OF NALh•LOCKVYOnn . w cc PURCtiASER(S) ta . . a n ADDRESS ry - bB o= Ice tiry to the best of my 4rovAedge thgl the odometer reading Is 69 LUl1F}1PpA t 7 1. _No Tenths Z Z p F. DEALER rJ 41 OF DEALERSHIP ,' �EALE.95 LI ENSE NUMBER Being dul at set iath are tniea� bVCobeforem`e rc Z State of on this date County of _ . ' .', _ -Notary Public Q - USE NOTARIZATION pNLY,1F REOUIRED,IN TITLING JURISDICTION NAME OF' w¢ PURCHASER(Sj :a m .ADDRESS n I certify to tne6est of my knowledge that the odometer reading is No Tenths yz . Q I-- DEALER NAM OF DEALERSHIP DEALERS LICENSE NUMBER -,: Being dUiy s, O&n Upon Oath Says that the'Statemej% m g set forth arepue and coned S�sc bed kid sw9m before me 2 z. Stale of on this date _ - - o N. -County'of '• `f "Notary Putilic NOTARIZATION,ONLd;IF-REOUIRED IN TITL1@1G JURISDICTION„, - - - .rk g NAME OF 2i ADDRESS. I rectify to the best of my knowledge that the odometer reading Tenth z O!- DEALER - - �By:,: M1A 1 GF D ALER MP aEALER VCENSE NUMBER Being-duly SWOrn'UPOn,Datt1 says,that the statements et :`r set forthare mte andconect Subscribed ard•stinm before nie z ' � . Slate of mv, ,; o w Country of "Notary Public - - -. __ USE'NOTAAIZATION ONLYtF1REQUIRED-INTITLiNGJURISOICTION. Federal Law requires you to state the odometer miieage in connection with tfie transferof.oNnershlp:Failure focomplete orprowdnga false statement may result n fines and/or imprisonment I cerUhi to he nest of my knowledge that the odometer reading Ls the acWaf ripleage of the vehicle unless one of the fo9owing statementsys checked.Odometer w ( Read rig No Tenths OThe mleage stateli s N excess of its mechani al fur is❑The odometer rnadng s not the actual mileage cn NfARNfNG:ODOMETER DISCREAANCY < Si alJ,'e(Sj Of Sell S - a m gn ) Dat of Statements Date of Sale �� rnted Namels):of�eller(st Dealers NO, gemg duty sworn upon oath says that the statements .� set forth aretrue and correct Subscribed arxf swum before rice ri w f signa,,.re o,,urolaser(sl w 2 .: -_.. - onthis:dale ;�o ,Fnr:2ct Na e(sot Furchaser(s) - +Notary Public e O°- Company.Flame_(1f Applicable) State of^ .'o, Address of Purchasers) - County-of USE NO,TAflIZAT1ONONCWIFREQUfRED INTITLING.JURISD1CTtON -¢ tst-lien In faVOr Of Lu _.Q. .whose address .0 x-' 2ndaien in If v of -'• .. 'v -'' '. .. w :whose address is _ w J � �SY 0 v~ CITY OF RENTON PAGE 1 -ate 1055 S. GRADY WAY Date _ PO Number`' RENTON, WA 98055 11/08/00 0180280 VENDOR: 068180 SHIP TO: RH2 ENGINEERING INC 12100 NE 195TH ST #100 COPY BOTHELL, WA 98011-5111 FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req. Del. Date: Contact: FERKINGSTAD. LINDA Special lnst: Confirming? N Quantity Unit Description Unit Price Ext.Price CAG 00-151 Portable Generator Set. Wtr 8.000:0 _.._ Utility. Emergency Response Projects a � - o / 1, ? �3 35 l/ 3- 7-o Y6�0 . 410 y- a -0 P 0-1 � J,� . 3 7 Qq --0 I 206 . y_LI 7-i9.0I paltr -�-L 7 &kuV. 33,267 7- -0 / ................. . ................... .................. ................. ............... SUBTOTAL 8. 000. 0 BILLTO:City of Renton TAX . 0 1055 S GRADY WAY FREIGHT . O RENTON. WA 98055-3232 TOTAL 8.000 . 0 Account Number Amount Account Number Amount 421 . 000500 . 018. 5960 . 0034.65. 05526 8,000.00 ORIGINAL!FILE COPY - Authorized Signature PINK WHITE Authorized Signature Invoice number 33207 July 2, 2001 Page number 2 Project 100115 REN Portable Generator Set ----------------------------------------------------------------------- Total fee 828.09 Percent complete 95.00 Total fee billed 786.69 Fee previously billed 621.07 Current fee billing 165.62 REIMBURSABLE EXPENSES: Amount ---------------------- ---------- In-House Computer 18.00 Fax 12 .00 Reimbursable Total: 30.00 Total Invoice $ 1,413 .52 Invoices Outstanding Number Date Amount -------------------- -------- -------- ------------ Invoice 33063 6-07-01 96 .83 1N gl Q� Total Unpaid Invoices $ X983 --- � '1 3 p Balance Due: $ 1,510.35 Aged Receivables Current 30-59 days 60-89 days 90-119 days 120+ days Total 1, 510.35 .00 .00 .00 .00 1, 510.35 RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 6/26/01 100115 REN Portable Generator Set 1 REN Portable Generator Set Dennis J. Baker 6/01/01 100 Talked to Bill Doliver about the 2 .5 upcoming submittal. Dennis J. Baker 6/04/01 Submittal review. 2 .5 Dennis J. Baker 6/05/01 Drafted letter to Bill Doliver rejecting 1.25 the Daewoo engine. Talked to Bill Doliver about rejection of Daewoo engine. Employee Total: 6.25* Monica H. Roberts 6/05/01 finalized ltr. to Bill Dolliver made a .75 fax cover to Bill Dolliver and JD Wilson and faxed Monica H. Roberts 6/08/01 Transmittal to Bill Dolliver .5 Monica H. Roberts 6/18/01 Transmittal to Bill Doliver .5 Employee Total: 1.75* Mary K. Woods 6/07/01 finalized letter .25 Employee Total: .25* Mark L. Miller 6/04/01 Submittal review. 1.0 Mark L. Miller 6/05/01 Submittal review. Letter to Bill 1.5 Dolliver. Mark L. Miller 6/06/01 Submittal review and issues with Bill 2.0 Dolliver. A ` RH2 TimeTraxEZ Timesheet Detail Report Page 2 System Date: 6/26/01 100115 REN Portable Generator Set 1 REN Portable Generator Set Mark L. Miller 6/07/01 100 Submittal review. 2.75 Mark L. Miller 6/15/01 Submittal review and dealings with 2 .0 supplier. Mark L. Miller 6/16/01 Finished submittal review and paperwork. 1.25 Employee Total: 10.5* Phase Total: 18.75* 81v CITY OF RENTON PAGE1055 S. GRADY WAY i i 00Number 9 RENTON, WA 98055 02/06/01 1180033 VENDOR: 072200 SHIP TO: SEA DAILY JOURNAL OF COMMERCE PO BOX 11050 SEATTLE , WA 98111 copyr—� FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req. Del. Date: Contact: F E RK I NGSTAD. L I NDA Speciallnst: Confirming? N .: Quantfty, U.0. Description Vidt P[k+�:. Ext. Price __ __ _. _......_ . ''= ' .='.. :Bid Call Engine Generator Set `:= .' :.. .. `. : . ... 307.3:...:.. .:: .. :. :::ii:4? sisiiiiiijir................ - .. .- .. ........::::...}n -.. ::.:. }.<. ;;.x... .......................::::::::. }. SUBTOTAL 307.3 BILL TO:C i ty of Renton TAX . 0( 1055 S GRADY WAY FREIGHT . O RENTON. WA 98055-3232 TOTAL 307.3 Account Number Work Order Function Number" Amount 421 .000500.018.5960. 0034. 65. 055520 55520/5110 307 .3 ORIGINAL/FILE COPY Authorized Signature PINK WHITE Authorized Signature _ BILLING PERIOD ADVERTISEWCL1ENT NAME nlc 01/30/01 - Ol/30/01 City of Renton )aily"Journ f Commerce TOTAL AMOUNT DUE UNAPPLIED AMOUNT TERMS OF PAYMENT BOX 11oso.sEArrLE.WA 96111 307 .38 3371 Net 30 206-622-8272-FAX 206-622-8:116 CURRENT NET NET AMOUNT DUE 30 DAYS 50 DAIS OVER 90 DAYS .;r,,I I.D. ADVERTISING Q ' I g 6033 0193790 INVOICE and STATEMENT PAGE a BILLING DATE BILLED ACCOUNT NAME AND ADDRESS REMITTA>JCE ADDRESS 1 01/30/01 j City of Renton BILLED ACCOUNT NUMBER Office of City Clerk RECEIVED 1055 S GRADY WAY 3027 Renton WA 98055 1 ADVERTISER/CLIENTNUMBER FEB - 2 2001 CITY OF RENTON j UTILITY SYSTEMS v PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMITTANCE DATE, NEWSPAPER REFERENCE DESCRIPTION-OTHER COMMENTS/CHARGES SIZE TIMES RUN GROSS AMOUNT •..; NET AMOUNT BILLLELE D UNITS RATE )1/16 126461 BC:ENGINE GNRTR .SET 1x109 1 153 .69 01/16 TRAILER MOUNTED 109L 1 .41 PO #J .D .WILSON BONNIE WALTON )1/30 126461 BC=ENGINE GNRTR .SET 1x109L 1 153 .69 01/30 TRAILER MOUNTED 109L 1 .41 PO #J .D .WILSON - SONNIE . WALTON CONCURRENCE ' f' 0lC.t'•.T P =2o) j aj Lfi 4t 4Z1- 00o 500A, 5960. 00 3 j. 6 5. 6555zm I -D 555Zo ATEMENT OF ACCOUNT AGING OF PAST DUE AMOUNTS sail,, CURRENT NET AMOUNT DUE 30 DAYS 60 DAYS OVER 90 DAYS 'UNAPPLIED AMOUNT TOTAL AMOUNT DUE 307 .38 BOX 11050,SEATTLE,WA 98111 aily GJourn f Commerce 206-622-8272-FAX 206-622-8416 `UNAPPLIED AMOUNTS ARE INCLUDED IN TOTAL AMOUNT DUI ADVERTISER INFORMATION BILLING PERIOD - BILLED ACCOUNT NUMBER ADVERTISER/CLIENT NUMBER ADVERTISER/CLIENT NAME 01 3111337 01/30/01 - 01/30/ 3027 City of Renton l �«yR CITY OF RENTON CITY CLERK OFFICE MEMORANDUM RECE�VFn DATE: April 2, 2001 APR 3 2001 CITY OF RENT TO: J. D. Wilson, Utility Systems UTiuTy sysTEMN S FROM: Bonnie Walton, x6513 V SUBJECT: CAG-01-002, Simpson Power Products LTD The attached original document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file. An original document is also retained by the City Clerk. Thank you. Enclosures: (1) Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, which ever is less. rraty services as ouline �\;Y in 5. Supplier warrants of Apparatus 1emplly with n arrantthe d/pricena warranty of at tleastd 24 \ Buyer Specifications. The Supplier ppl months. Warranty covers 100% parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative Bill Dolliver(425 486 7305 / fax: 425-486-7305 ) Title Regional Sales Manager and Buyer Representative Jesse Tanner Title —Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understand]n�1 between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to } make any representations, statements, warranties or agreements not herein expressed and all ' modifications or amendments of this agreement, including its attachments and exhibits- must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer s attorney that the Buyer has the power to make the Agreement, that the individual signing Is authorized to sign on behalf of the Buyer. and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF; the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. *Yr7 BUYER t ducts Ltd. - _Cit o Anton g By Name/Title_Jesse Tanner. Mavo_ AIM Date: J -- Date -— 4 ,,,/ R.E.(BOB)GARRIES,CMA i Attest: -- Vice President,Finance 6 Operations Marilyn to s n, City Clerk Pa<,e 2 ut"? z 02/14/01 14:09 FAX 6044600769 SIMPSON POWER 10 001/002 e SIMPSON POWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge, B.C., Canada V2X OZ5 TM Tel: (604) 460-3611 Fax: (604) 460-1974 DATE: Wednesday, February 14, 2001 TO: J.D Wilson COMPANY: City of Renton FAX: (425)430-7241 C.C.: Marylyn Petersen - City Clerk @ 425-430-6516 Bill Dolliver - Emergency Power Consultants Ltd. FROM: Deborah Dobbyn - Estimator (debbie@simpower.com) SUBJECT: City of Renton Non-collusion Affidavit for Trailer Mounted 50OKW Genset # of pages 2 Please see the attached Non-collusion Affidavit you requested that was missing from our original tender submission. If you have any questions, please feel free to call Bill Dolliver @ Emergency Power Consultants or Myself. Regards, Deborah Dobbyn Estimator 02/14/01 14:09 FAX 6044600769 SIMPSON POTTER 10002/002 02-13-2001 16:05 4254968206 EMERGENCY POWER CONSULTANTS, INC. P.02 CITY OF RENTON Combinod Affidavit atul Certification form: Non-Collusion and Anti-Trust (von-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person.not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition,vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. FOR: NON COLLUSION AFFIDAVIT AND ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Trailer Mounted 500 K V Engine Generator Set Name of Project ctMPSON POWER PRODUCTS LTD. 'ame of Bidder's Firm as o yn MANAGFA SPECJAI.PAAlECIS Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this /` day of ZA . 2001. Notary Public, in anC `' ^ NotarT.DONALD LOCICDVOOD - Notary Public My appointment 22369 Lougheed Highway expires: t'CtiYt�1N�� `� y \ Maple Ridge,B.C., V2X 2T3 Tel: (604)463.7181 CITY OF RENTON City Clerk Jesse Tanner,Mayor Marilyn J.Petersen RECEIVE® MAR 0 1 2001 CITY OF RENTON UTILITY SYSTEMS March 1, 2001 Mr. Dallas Dobbyn Simpson Power Products, Ltd. 11545 Kingston St. Mapleridge, BC V2X OZ5 CANADA RE: Trailer Mounted 500 KW Engine Generator Set; CAG-01-002 Dear Mr. Dobbyn: At its regular meeting of February 26, 2001, the Renton City Council accepted your low bid for the above-referenced project in the amount of$105,157.38. Please contact J.D. Wilson, Project Manager, for submission of required documents to complete the contract. These may include proof of City and State business licenses, undated performance bond, and insurance certificates. Sincerely, Michele Neumann Deputy City Clerk /mn cc: J.D. Wilson,Project Manager 1055 South Grady Way - Renton, Washington 98055 - (425) 430-6510/FAX (425) 430-6516 ®This paper contains 50%recycled material,20%post consumer CITY OF R'ENTON City Clerk-- - Jesse Tanner,Mayor Marilyn I Petersen February 28, 2001 Harry•Whittaker Cummins Northwest, Inc. PO Box 9811 . : - Renton;WA 98057-9985 r RE: Trailer Mounted 500 KW Engind.Gendrat6r Set, CAG-01-002 Dear .Mr. Whittaker: -At its'regular meeting on February 26, 2001, the R6nton-'City Council accepted the bid submitted by Simpson Power-Products :Ltd fors the :above=referenced project in the amount of$105,157.38. ,Thank you for your interest and your bid: Sincerely, Michele Neumann . . . Deputy City Clerk_ cc: :J.D. Wilson -Project Manager XN ,it�yr�r '� r S^ a F 4 tt z3 K'��.,,,r� t� F. ,'t-,- �-r• -C•� }Ft �� •--•,•Y• >_�_: �i S �"�,+ 3. x. �r ;,sY' 1I -tom r ? t S '{ 3 �I .} A tW 4 k y 'j 1 b!• Y Cr_ 4 �3 ! 1 , 1 S �.`'. 1 , �.. {..;� -.v.: } r 't 't x :`� .3 ���� r w rr,t_y.,...r J,j- -x,�. .�' ,��s t.•'wx�"$ S,. f i, �' ;'1055 tSouth Grady`Way 'Renton,Washington98055 {425j 430765 1 0/FAX (425)'430-�65162�� � _ ti y ?®This paper contains 50%recyded matenal po l consumer �._. r► -CITY:.OF RENTON wAL _� City Clerk Jesse Tanner,Mayor Marilyn J.Petersen February 28, 2001 .Dan Doyle .Pacific Detroit Diesel Allison . 7215 S 228th St - Kent, WA . 98032 RE: Trailer.Mounted 500 KW Engine;Generator Set, CAG-01 "002 Dear Mr. Doyle: At its regular meeting ion February 26, 2001; the Renton City Council accepted the bid submitted by Simpson Power Products ;Ltd._for°:the above-referenced project in the amount of$105,157.38. - - Thank you for your interest and your bid. Sincerely, Michele Neuman n Deputy City Clerk',. cc: J.D.-Wilson-Project Manager 1 .;`j .!` }. .'s. ti i -e-r Y'•t\,"�f �, n ,F � L= +l i• i ' ai f �. '4�3 4�'*:.. .l �•� _ ; _ _ Yam' � - ..•+.� n -t � ti _ T`X ,i, F a r a } t .r { r _•'� 1`yy y t F.tJ r 4.� r�m� ��2{- � f F�� i..J'�� ,d-.'csT G.r i�� 'e .,-. ,i � J,'. ,. �i �--�.c :r+,i�b•S.Rt trr4 rr�a <"� f r •v+{ _ � 1y.,3• �. "`rk �,i r � � � ��. .3 u 1055 Sout)i,Grady'Way 3tRenton Was' lunQton'98055 z(425) 430 6510 kFAXr 425\),430 6516 ,c " .r r.4 r aP. 2®x 2•,,r.. ,"J' ,4: Le•,.�. `t 1-.a -4% k Y w` _.. .}.. t ;Tr i. r:,: This paper contaJns 50/recycled matenal 20/post consumer l CITY OF RENTON PAGE 1 1055 S. GRADY WAY Date PO:014i N � RENTON, WA 98055 11/08/00 0180280 -NDOR: 068180 SHIP TO: RH2 ENGINEERING INC BOTHE NE WA 9 01 #100 511 COPY, BOTHELL , WA 98011-5111 FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS eq. Del. Date: Contact: FE RK I NGSTAD. L I NDA Speciallnst: Confirming? N Qtantky Unit Description Unit Price Ext. Price __ _. ...._........... CAG 00-151 Portable Generator Set. Wtr Utility. Emergency Response Projects 17 I - -GJ PGAt 40-v. 23 y l Q -Q/ -o 9yvU, a 3 y 7 qI, ? 9-,3 3 r G r PaAJz c_,C- .p r-vY. a 3 S 3- 7 0 l I q. s z- 3 s 3;►s:: SUBTOTAL 8.000. 0 4LLTO:City of Renton TAX . 0 1055 S GRADY WAY FREIGHT .O RENTON. WA 98055-3232 TOTAL 8, 000. 0 Account Number Amount Account Number Amount 421 . 000500.018.5960 .0034.65. 05526 8. 000. 00 ORIGINAL/FILE COPY Authorized Signature PINK WHITE Authorized Signature t O1e4 90 RH2 Engineering, Inc. 12100 NE 195th St. , Ste 100 EC;E �1, WA 98011 :i(' JF RENTON ) 951-5400 �i "IUTY SYSTEMS MAR 13 2001 Invoice number 23594 CITY OF RENTO March 7, 2001 UTILITY SYSTEMS Page number 1 Project 100115 REN Portable Generator Set 3ID � RH2 Project Manager: Mark Miller r"�" 11v TIAL/DATE CITY OF RENTON ATTN: LINDA FERKINGSTAD di ILbt 1055 South Grady Way RENTON, WA 98055 ----------------------------------------------------- For professional services through Feb. 25, 2001 in conjunction with assisting the City with bidding and awarding the project. Budget: $8, 000.85 Prior Billed: $5,180.45 Incremental Bill No. 4: $ 466.40 Budget Remaining: $2,354.00 PROFESSIONAL SERVICES: Hours Rate Amount ------- ------ ---------- ---------------------- Project Engineer E IV Mark L. Miller Professional Services 5.00 81. 014 405 .07 Staff Engineer E I Dennis J. Baker Professional Services 1.25 47 .988 59. 99 ------- ---------- SERVICES TOTAL: 6 .25 465.06 Total fee 828.09 Percent complete 65.00 Total fee billed 538 .26 Fee previously billed 538 .26 Current fee billing .00 Continued... Invoice number 23594 March 7, 2001 Page number 2 Project 100115 REN Portable Generator Set ----------------------------------------------------------------------- REIMBURSABLE EXPENSES: Amount ---------- ---------------------- Fax 1.00 Postage & Delivery .34 Reimbursable Total: 1.34 Total Invoice—$ 466.40 RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 2/27/01 100115 REN Portable Generator Set 1 REN Portable Generator Set Dennis J. Baker 2/07/01 100 Question from generator contractor (Bill .75 Doliver) . Dennis J. Baker 2/09/01 Answered questions form contractor .5 bidding the job. Employee Total: 1.25* Mark L. Miller 2/06/01 Prepare second addendum. 1.0 Mark L. Miller 2/13/01 Review bid tabulation. .5 Mark L. Miller 2/14/01 Review Simpson Power bid. 1. 0 Mark L. Miller 2/19/01 Assisted City on evaluation of apparent 2 . 0 low bidder. Mark L. Miller 2/20/01 Coordination with apparent low bidder. .5 Employee Total : 5.0* Phase Total: 6.25* 03/15/01 08:23 FAX 6044600769 SIMPSON POWER Z 001 SIMPvS' IC9N POWER PRODUCTS LTD. 1154.1 Kingston Si.,Maple Fridge(Vancouver),B.C.,Canada,V2X OZ5 Tel:604-4&0.3611,Faxes:604-46o-1974,Toll Free:888-291-2011 Website:www.simpower.com E-mail:sales@simpower.com TM ,j ORDER ACKNOWLEDGMENT To: City of Renton Public Works Dept SHIP TO: CITY OF RENTON 7th Floor, Renton City Hall 3555 NE 2ND STREET j I 1055 S. Grady Way, Renton RENTON,WA WA 98055 Attention: JD Wilson 425-430-7241 Reference: Trailer Mounted 500 KW Thank you for your order. Please review carefully this Order Acknowledgment and any attached materials. We will proceed to process your order per thl—s c nowledgment unless otherwise advised by your Company. Order Date Customer Order No. Ex-Factory Date March 8, 2001 Letter of Intent Unit and Submittal Delivery to by advised at a later date Item Qty Description Unit Price Total 1 1 As Per Specifications, Drawings and Addenda received Except as $96,830.00 $96,830.00 Detailed in section 'EXCLUSIONS, CONDITIONS AND NOTES'BDO0161, REV#2 PAYMENT TERMS: NET 30 DAYS(OAC) a CUSTOM ERIENGINEER APPROVAL CJ Approved Subtotal $96,830.00 Wji Approval required before L] Approval not required manufacturing before manufacturing G.S.T. N/A FACTORY WORK ORDER#(S) 12798 P.S.T. N/A SIMPOWER TERMS AND CONDITIONS � � YES APPLY BILL OF MATERIAL ATTACHED ® YES NO TOTAL $96,830.00 Simpson Power Products Ltd. Per: Date: March 13, 2001 G.S.T. NO. R104868104 REVISION: 0 Note 1. All applicable taxes and or duties to be self assessed by customer. Note 2. Applicable Canadian taxes, excluding Quebec, will be charged unless a tax exemption certificate is provided. Contact Person at Simpson Power Products Ltd: BILL DOLLIVER ' li a i i 1 Form 80—012 Rev.-,15112J98 For Office Use Only: SO: 007456 WO: 12798-00 Gross Mach: $98,830.00 STATUS: S Created By: Danyel Anderson TYPE: w Last Edit Danyel Anderson 03/15/01 08:24 FAX 6044600769 SIMPSON POWER 10002 Tu SJMPSFr_°'N POWER PRODUCTS LTD. TERMS AND CONDITIONS Issued by StMPO�R shall be the t. GOVERNING PROVISIONS: purdhaser and Simpson Power Product:Ltd.(SIMPO� agree that ementthe order and hdiGons Stich be the entire contract b;na between the parties. The farms and conditions set forth In nY ther document provided by SIMPOWER cr in a purchase order or arty other document notwithstanding any different terms or conditions in*gluol3don.Bill of Malertals or any nby expressly limited to We submized by Purthsmr. Udc'-'consented to In writing by the President or the Vice-PtCidem of SIMPOWER,SIMPOWERs aemptacc is►,� tens end condh;ons contained In the Order Acknowledgement tf+e Ord 2 DELIVERY: SIMPOWER agrees to deliver and Purchaser agrees to buy Me dams at the p^�and to the Quantities provided Q1 order Acknowlelgemerlt and In any .� duo to aela in fiprnc�rL or any evert which c rot reasonably d'! the � doc Trent araehed to or referred to in e Order Acknowledgement. SIMpOWER shall not be sable far damage Y foreseeable or which Is beyond SIMPOWEWs reasonable control. 3. PACKING AND SHIPPING;RISK OF LOSS:PASSAGE OF TITLE: Purchaser"I be rcD°nslblc for the ca is snared by SIMPOWER for del pest. d by P m shag j 3. PA all risk and transportation insurance coverage for all products during all periods slier defvery or same to Purettasers premises a else f LO S1MPOWER�The to goodrs purchaser hereby assigns W SIMPOWER Purcnsser's right:to any proceeds of Insurance,to the extant or any amounts owed by Purchas Purchase u purchaser or Location speutled by stag pass to PUFW%3ser when SIMPOWER has receive payment in fun therOv. Risk of less shall pass to3rking slip sha�nbddererred d� to havebeen�NL to pooh order 1 purchaser. purchaser shall ensure Mat all hems.shown on the packing slip are received.an yllsigning enms On a carri delivery receipt unless otherwise hated on such delivery and Free of vislUe damage when the Purchaser's representstive has acknovvkAged delve b g 9 Y receipt a. PAYMENT: UNess othcrv+i—specifically agreed to in writing,farms are rash on delivery. If credit has previously been authorized D�YTrk^t Is due withirt 30 day%at invoke drie. A fa ehstge eQual to t2%per snnum will be Imposed on arty portion of an recount rtcr paid within 30 osys after the Invoice date•tram the invoice d require ate unfit paid in tun, invoices may be rendered as completed rxmponents became ready for shipptn9• $IMPOwER rrtsy at any time N Its see to any w2ron rrse�Pro eect'on.rnorwhh:tsndingnany advance of tnanufscture or delivery of goods- If Purchaser fells w pay any amount when due, Purchaser shall not be snWed to arty other provision of these Terms and Conditions,or any otherwritten warranty supplied by StMPOWER S. CANCELLATION: Purchaser may not modify,or cancel any portion of Pi rchasefs order as specified in the Order Ackrtowteflgemerd unless agreed to in va%ng by SIMPOWER. If in the opinion of SIMPOWER the financial condition of Itte Purdnser does rct justify proceeding w'Rtt work SIMPOWER rrtiiY cancel elf a part or any order. in the event of any cancellation,the Purchaser Sh311 pay reasonable cancellation charges and oosts incurred by SIMPOWER to the date of cancellation,end psymettt ba%eel on the quoted purchase price sna the PMPOrden of work completed to the date of csncellaticn. The minimum cancellation charge shall be 209'*of the p� W the portion uncalled. All such amounts are liquidated damages,not penalties B, RETURNED GOODS: Return shipments will be accepted and credit issued wbiect to the following provisions: a. an Inventory listing of merchandise being requested for return nua be submined In writing: b, each return must have SIMPOWER's prior written approval before shipment er die merchandise will not be accepted. A7 return merchandise must be shipped freight prepaid: C. all merchandise must be unused,current,saleable,property idcnteSed on the toting rerered to above,and in Me same condition in all respects as when shfpped: d. tdh will be issued at the original purchase price after SIh1POWER•s verification of cn the mcrsndise eeunC a l e. a restocking charge of 20%will be imposed on all return. 7, oEFECTiYE GOO DS: Subject to part s above.all products sold by slmPOVrER whether scparslely or as components of diner units.ere add solely upon and subtect the terms wan-anted by Meir respective marlufacturors. [; g• WARRANTY: SIMPOWER makes me warranty or representation,express or implied,with regard to the tiers:sold ezeept as expressly set to In any written Limited OTHER is ect to pan 4 3bov's), a MPL EO WARI provided to RANT S NOR DOSES ITcMAKE ANY terms hREPRE Ich art EN�ATItON 0 YIaRNR1LUT/reference O THIE QUALITY OR CONDIITION OF TNEPOWER ErTEMS OR AS TO THEIR MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. Sl.%lp0w-rR shall nave no responsibility or llabftify for arty warranty or reDr�^iO^made by its dlstr txrtor.eealars or agents with respect to the taco sold,except os exprs:*set forth in the aforc�id tinned warranty document No ct>5nge to the Linn tact Warranty shag be binding upon SIMPOWER unless n writing end signed by the President cc tr a YK�president of SIMPOWER. it stun De the Purt3hasers responslbl p y ara after and review a copy of any Limited Warranty document applicable to ate goods purchased. Purenaser stag not make any claim under any Llrnitrd WBrtaraY slier on year attar the data on i which Lie right to do so arose. g. LIMITED LIABILITY: IN NO EVENT SHALL LIABILITY OF SIMPOWER,ARISING IN ANY wAY OUT OF NEGLIGENCE,OR PERFORMANCE OR BREACH OF THIS CONTRACT.OR MANUFACTURE,SALE,USE,RESALE.REPAIR OR DEUVE Y OF ANY EQUIPMENT COVERED BY THIS CONTRACT.EXCEED THE PRICE PAID BY PURCHASER FOR THAT PORTION OF SUCH EQUIPMENT WHICH GIVES RISE TO THE CLAIM OR CLAIMS, IN NO EVENT SHALL SIMPOWER B5 LIABLE FOR SPECIAL OR CONSEQUENTIAL DAMAGES. 1Q. NET PRICE: Purchaser shall pay to SIMPOWER the net price for all goods sale,and shag be respcnslble for payment of ell is extended applie to toes orb duties.such ud sales and use taxes and import or export duties. All tat exemptions must be cenfied. +thy exemption ro taxes or de�its lhst the rf>3tenalsold is�exempt,oft L1Et Sit.1p wER s eight to Charge Purchaser with the taxes or dudes any lbse;an here-scald apD ter a refund of an eve a meat and may elect to pass on to the Purchaser a Donlon of addiGonsl taxes or duties tiro payable. SIMPOWER does not warrant core=ess of"lax or duty calculations,and will not be responsible to refund to Nurcnaser any overpayment of taxes or dudes. SIMPOWER may in Ps sale discretion elect to acplY ' y N y any refund obtained,after deducting costs and expenses(including legal lees)incured to chain the refund. 11. ASSIGNMENT: Purchaser my not assign any rights hereunder wW,*%A SIMpowER•s wriden consent, The temis and conditions hereof shall bind any pennirted successors and assigns of Purchaser. No such assignment shall relieve the pumsser of any obligation hereunder. EI its sale 12 CHOICE Or LAW&VENUE: This agreement is made in British Columbia.Canoes,and shalt be construed it is agreement. accordance wfth the laws of atlush p W ER r fools pan es hereby sum to the exclusive jurisdiction of the Supreme Court of araish Celurrtis for all matters connected with rots agreeme^L PROVIDED gist SIMPOWER rtiay option elect trot in any other jurisdiction in connection with eolie::lng amounts due from the Purchaser. 13. LIABILITY: Purchaser shall indemnify and save harmless SIMPOWER from and against any and 3II claims.action:,demands.losses.costs(including all legal fees and disburernent.s as between a sofidtor and his own client),damages,expenses and liatitites arising in whole or in pan out of: a. any breach of convect by the Purchaser b. any use or handling of the equipment sold to the Purchaser.whe'-Ne pY the Purchaser or any other person,after delivery of same, r C. any set or omission of the Purchaser or its agents,employees or Cdnuactors. '4 ta. NOTICES: Any notice required or permitted shall be given In writing and snag be eradve when dcli ma verea personally,or depose t,or rem by telecaDier t in the eel ;G Purchaser or Slhl?OWER.as the case may be. i s. WAIVER Fsilure by SIMPOWER to enforce at any time or for any pe6w of time any provision of this agreement shell not be rconstrued to for E Im vet of Such prov such or ' the ri%nt ui&reafter to enforce such provision. No prior waiver or course of deal-thy bertveen SwPOWER and Purchaser she t sHea cite right of SIMPOWER to recuire stela performance hereunder by Purchaser In accordance with the terms and condiior's of Ihis agreemeru. j 16, GENERAL: Any clerical cror or error in extension contained in any quc'AGcn or invoice shall be sutoma:ically corrected upon goring winch n Mt thereon to purchaser: i Puri Fraser acknowlsdgr.having received a copy or this document This ronS.(tule:the entire agreement between the parties and mere are no undeerstandings or obligations not expressly set forth herein. Form. 100.004.Rev,09-Jul-99 CITY OF RENTON PAGE ♦ Date PO Number ♦ •� 1055 S. GRADY WAY 0� RENTON, WA 98055 11/08/00 0180280 VENDOR: 068180 SHIP TO: RH2 ENGINEERING INC BOTHE NE WA 9 01 #100 511 copy( BOTHELL, WA 98011-5111 FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req. Del. Date: Contact: FERKINGSTAD. LINDA Speciallnst: Confirming? N Quantity Unit Description Unit Price Ext. Price CAG 00-151 Portable Generator Set. Wtr 8,000.00 Utility, Emergency Response Projects /2 �� �h- -u-� 4 v. 3 ASS Ja -q-oo as 93 3d 70.17 y6J � P� S-� a3s�L 3- 7- ol y6�0. go 7q9 y- -oI 20� . 14 �Ll 7/ SUBTOTAL 8,000 . 0 BILL TO:Ci ty of Renton TAX .OO 1055 S GRADY WAY FREIGHT 00, RENTON, WA 98055-3232 TOTAL 8,000 . 00'. Account Number Amount Account Number Amount 421 . 000500.018. 5960 . 0034. 65. 05526 8,000 . 00 ORIGINAL/FILE COPY Authorized Signature Authorized Signature PINK WHITE 0 -Q/8dZ�0 �2-06 - yy RH2 Engineering, Inc. 12100 NE 195th St. , Ste 100 Bothell, WA 98011 (425) 951-5400 Invoice number 23799 April 9, 2001 Page number 1 CA-& 06- 157 CONCURRENCE Project 100115 REN Portable Generator Set DATE 1`�� Q_ J RH2 Project Manager: Mark Miller � / i CITY OF RENTON RECE � A E �ITL/DATTN: LINDA FERKINGSTADp } � 1055 South Grady Way APR 1 1 2001 RENTON, WA 98055 CITY OF RENTON ti��U1 UTILITY SYSTEk4S 1. ----------------------------------------------------------------------- For professional services through Mar. 25, 2001 in conjunction with assisting the City with bidding and awarding the project. Budget: $8, 000.85 Prior Billed: $5,646.85 Incremental Bill No. 5: $ 206.44 Budget Remaining: $2, 147.56 PROFESSIONAL SERVICES: Hours Rate Amount ------- ------ ---------- ---------------------- Project Engineer E IV Mark L. Miller Professional Services . 50 81.014 40. 51 Staff Engineer E I Dennis J. Baker Professional Services 2 .25 47. 988 107 . 97 ------- ---------- SERVICES TOTAL: 2.75 148.48 Total fee 828 .09 Percent complete 72 . 00 Total fee billed 596 .22 Fee previously billed 538 .26 Current fee billing 57 . 96 Continued... Invoice number 23799 April 9, 2001 Page number 2 Project 100115 REN Portable Generator Set -------------------------------------------------------- Total Invoice $ 206 .44 i i l RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 3/27/01 100115 REN Portable Generator Set 1 REN Portable Generator Set Dennis J. Baker 2/28/01 100 Talked to contractor about his project .25 concerns. Dennis J. Baker 3/06/01 Questions about the specs from Bill 1. 0 Doliver. Dennis J. Baker 3/13/01 Talked to Bill Doliver about questions .25 he has for the City about the diameter of the 3/0 cable and the average height of the truck coupler to be used in towing the eg trailer. Dennis J. Baker 3/16/01 Talked to Bill Doliver to provide . 5 answers to some of his latest questions. Dennis J. Baker 3/19/01 Letter to Bill Doliver. .25 Employee Total : 2 .25* Mark L. Miller 3/06/01 Discuss submittal package with Bill . 5 Dolliver. Employee Total : . 5* Phase Total : 2 . 75* 06/07/2001 16: 16 509-886-2313 RH2 ENGINEERING INC PAGE 01 �If !i 300 Simon Street SE;Suite 5 (' East Wenatchee,WA 98802 I k 509-98&2900 l 800-720.8052 WL. A Fax 509-886-2313 } AMS dl SCIENTISTS I14!+ t � 1 h' To: VV 15 From: MARK M•i L.LE 19Z Ext.Number. S 3 7 2 Fax: NZ5) Pages: 3 ri Phone: L14Z S) 450- 7 Z 9 5 Date: (0 7 JO I i tte: Sub*%;tiA1 Review 4,elffV- to Fw►er��Pw�y �OuJP1� I� , I P�•alt: Rew 1o0.11S• O1 ❑ Urgent ❑ For Review ❑ Please Comment ❑As Requested ❑ Meeting Notice I • Comments: i f' :a J s�. iy2 c F 4 } u k f� 06/07/2001 16: 16 509-886-2313 RH2 ENGINEERING INC PAGE 02 I' 1 I NERq M► LA NAway R • ' I [ • f I 1�. J�, c RH2 ENGINEERING,INC. t, June 7, 2001 I!1 HtlpJhwm.rh2corn Mr. Bill W. Dolliver mailbox@rh2.com Emergency Power Consultants 4 19501 1441h Avenue NE, Suite. A800 1,800,720.8052. Woodinville,WA 98072-6400 16 Sent Via:Fax WESTERN WASHINGTON II Subject: City of Renton—Purchase of Trailer Mounted 500 KW Generator Set 12100 NE 195"St Ste 100 Submittal Review—Revise and Resubmit t j Bothell,WA 98011 �� I Dear Mr. Dolliver: I. I: (ter)425.951.5400 Per out conversation this morning, we feel that we have come to a resolution with you on the P��i rchase of the Trailer Mounted 500 KW Generator Set on meeting(lax)a2s.3se.v74 g the specifications and acceptance by the City. Please make the following corrections to your original submittal, which has been rejected (see letter to you dated June 5, 2001), and return it to our office for a second review. i► EASTERN WASHINGTON )` Provide sufficient information on the following items to allow us to evaluate 300 Simon Street SE,Suite 5 whether the delivered product meets the specifications: y: East Wenatchee,WA 98802 • Submit on a Mitsubishi Diesel engine model S6A3-PTA that meets the CSA 500 i KW rating and an EPA 460/480 rating; I'l (tel)SNA86 29M • Include cut sheets and data for the Mitsubishi Diesel engine generator as specified in the specifications; l' • Provide documentation that demonstrates that the City's warranty on this (fax)509.886.2313 generator set will be 5 year/2000 hours as specified in your letter to RH2 I. Engineering dated June 6, 2001; • Provide information of the adjustable lunette hitch; KITSAP PENINSULA • Provide CAD drawing of the Power and Telemetry Cable Enclosure box (current plan does not provided sufficient information). A electrical termination i' ►' Soo Kltsap street Suite 101 drawing and a CAD drawing that shows devices, location of devices, and size of devices is requested; Pon oraharo,WA 911366 • Provide:a key-operated switch mounted to the outside enclosure for switching = the,flood light.and emergency beacon lights on and off; and (tel)380.876.7980 • Show t all lights and equipment required on generator to meet ICC and Washington State Department of Transportation (WADOT) requirements for (fart)360.876.7988 licensing in the state of Washington. . 0&(07/01 4:46 PM 1:\DATAUtEI\100-I15\Subminal Review Lettendoc 115� 061107/2001 16:16 509-886-2313 RH2 ENGINEERING INC PAGE 03 ! { . Mr. Bill W. Dolliver June 7, 2001 4p' Page 2 { r: `r f ; �1 In order to meet the requests of our client,we need to.have an approved submittal completed by June !: 15, 2001. Therefore,we are requesting that you revise your submittal and submit it to my attention along with a projected delivery date as soon as possible. If the City of Renton is not notified that RH2 Engineering has received an approved submittal before 5:00 p.m. on Friday,June 15,2001, the City intends to pursue legal avenues to encumber the performance bond. We will be returning three copies of the original submittal to you by mail this week. Thank you for your immediate attention to this matter. li° Sincerely, RH2 ENGINEERING,INC. P{ t Mark Miller . i Project Engineer i MM/mw Y cc: Mr.J.D. Wilson P.E., City of Renton I. rT �y i. f F c I� kf y F 1 f Y� �SY CITY OF RENTON PAGE 1 � 1055 S. GRADY WAY Date:: >PO'Nu�r RENTON, WA 98055 11/08/00 0180280 VENDOR: 068180 SHIP TO: RH2 ENGINEERING INC BOTHE NE A 9 01 #100 511 COPY BOTHELL, WA 98011-5111 ?9 FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req. Del. Date: Contact: FERKINGSTAD. LINDA Speciallnst: Confirming? N Quantity Unit Description Unit Price Ext. Price CAG 00-151 Portable Generator Set. Wtr 8.000.0 Utility, Emergency Response Projects _........_....._.. _..... .- ............_............................ _........_......... _ _............._.......- ..... -.. - ............. _.._ / ��G � � 4-�Jv. 3 I SS l a -4/o 0 a�"93 3, /7Q owv, 3A/7q .1 o �3 lG%�. - 2, /Ll 7/ 6-IQ -6 I T&,t -ac-L 3.364 3 SUBTOTAL 8.000.0 BILLTO:City of Renton TAX .0 1055 S GRADY WAY FREIGHT .00 RENTON. WA 98055-3232 TOTAL 8. 000 .00 Account Number Amount Account Number Amount 421 . 000500.018.5960. 0034. 65.05526 8,000. 00 ORIGINAL/FILE COPY --- Authorized Signature PINK WHITE Authorized Signature RH2 Engineering, Inc. 12100 NE 195th St. , Ste. 100 Bothell, WA 98011 (425) 951-5400 Invoice number 33063 June 7, 2001 Page number 1 Project 100115 REN Portable Generator Set j RH2 Project Manager: M er RE �� I D TE CITY OF RENTON Z ATTN: LINDA FERKINGSTAD II IN 1 1055 South Grady Way .JV RENTON, WA 98055 CITY OF RENTON S� \ d` UTILITY SYSTEMS ----------------------------------------------------------------------- For professional services through May 27, 2001 in conjunction with assisting the City with bidding and awarding the project. Budget: $8,000.85 Prior Billed: $5,853.29 Incremental Bill No. 6 : $ 96.83 Budget Remaining: $2, 050.73 PROFESSIONAL SERVICES: Hours Rate Amount ---------------------- ------- ------ ---------- Staff Engineer E I Dennis J. Baker Professional Services 1.50 47.988 71.98 ------ ---------- SERVICES TOTAL: 1.50 71.98 Total fee 828.09 Percent complete 75.00 Total fee billed 621.07 Fee previously billed 596.22 Current fee billing 24.85 Total Invoice $ 96.83 RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 5/30/01 100115 REN Portable Generator Set 1 REN Portable Generator Set Dennis J. Baker 4/25/01 100 Talked to contractor about submittal. 1.0 Dennis J. Baker 5/17/01 Talked to contractor about submittal. .5 Employee Total: 1.5* Phase Total: 1.5* y CITY OF RENTON ..i� Planning/Building/Public Works Department Gregg Zimmerman P.E.,Administrator Jesse Tanner,Mayor April 4, 2001 Simpson Power Products, Ltd. c/o Bill Dolliver Emergency Power Consultants, Inc 19501 144th Avenue NE, Suite A-800 Woodinville, WA 98072-6400 SUBJECT: CAG-01-002,PURCHASE OF TRAILER MOUNTED 500 KW GENERATOR SET Dear Mr. Dolliver: Enclosed is the subject executed purchase agreement. Please forward it to Simpson Power Product, Ltd. If you have any questions please call me at 425-430-7295. Sincerely, 5 1 "Q J. Wilson, P.E. � a r Utility Engineer Enclosures �to 1-1:\DIVISION.S\U'fILIT1E.S\DOCS\2001\2001-178.doc\1DW\tb 1 0 1055 South Grady Way - Renton, Washington 98055 . • ®This paper contains 50%recycled material.20/post consumer en�teri V / _AMR"& Ccmulned Cus(oms Invulee,S7lpment Alr't4ayoiu 7312159035 —`AFAV Facture des Douanes Connaissement aerien de I'envoi wDMOw/OE[XaREif (Non negotiable)!(Non negotiable) Quote this shipment number in an enquiry'Indiquez ce numdrd tl'envot tors dune demantle- From(Sender)/Exp6diteur Account no.No de comp, I Sender's name/Nora de 1'exp6diteur No. r.of pieces W�'P''I' c re . Nb de pieces Sanders reference first twelve characters will be shown on invoice R616rences de I'exp6diteur les douze premiers caractAres apparaitront sur W tacture %9 Dimensions cm L x W x H Dimensions cm L x L x H x x Shipmentdetails setails Sur 1'envoi POI U TR MET ARGE"I"'E tpD t t I r Cerfamat ap lsyment options de nd sa remenef de.sertaeetions are rino sabl"ent pri st dispies N opt Pa pa, sponrWes Dens rotas ws r,; kg ,,. Services Transport charges'Frais de transport CODES CHARGESiFRAIS 3 [:]DOCUMENT tr ten b%ank saMw pays rranspo,t cnvges Serv.rRl.Sennim 2) Si r rsae verge I'expedrteur devra acquMer res iraIS as transport O ❑WORLDWIDE PARCEL EXPRESS r�Sender.ExpAdueur O All dectarabies Must lies envois a decvarer I--] Postal code!Code postal Phone/F e-1161 x spacity one Special-Sp6aau. Trbi6phorsag616copier.RAlex indrquer laquBl (�EXPRESS T EXPRESS Afar. m& Comp arequeiCreda Card 0 DOCUMENT E%PRESS 250 p max ❑ComplanVch6quercane da ausdit O ID WORLDMAIL For approved customers only To(Receiver) s- OTHER SERVICE PourExxtter all 8,I gtes rApreameouneds n ulement © ❑AUTRE SERVICE Insurance-Assurance ❑Entente tle fauturation ext6neurn n 5p fy WoO,f r ❑ O s "L Transport pod .0 G 1 {'7 O1 Y kLi 1 Shipment insurance see reverse YES OhertVAT-AuMTVA N Assurance sur I'envol voir Pertdos ❑OUI CL Full description of contentslDescription complete du contenu u (D 1055 SOtITH GRADY WAY CODE EDEDEVISE NCY CON TOTAL th RENTON, CIA. TRANSPORT COLLECT STICKER No. ^ TRANSPORT PORT DU No Q Postal code Code postal Country of manufacture Pays da fabrication I t International Worldwide Parcel Express shipments onty Enwla Worldwide Parcel Express it dal.-. i a Contact personlPersonne-ressource Phorte/Fax/Telax specify one (Declared value Senoers VATiGST No. I T616phonett616copierRble m x drquer leyue! Veleur d6clar6e No de TPSfTVA de I'exp6oneur © ,• , , s ' _ r - , , s. '-, - Harmonised commot code,!aplNies I Reca'ver'a VAT,IGST No or EIN/SSN mt Code haoli tle marchand s ochilanr NO de TPS?VA ou EINMAS du destmata, 1Me Bg that OHL'S standard terms apply to this shipment errd Iimrr OHL's liab')rty the Warsaw __ - Convention may also apply(sea reverse). Type of export ❑PERMANENL REEPAIRrRETURN ❑TEMPOFLIRV J'aocepfe(ire ac�eptons que las morYalnes stendaro da ONL s'appLpusnt a ce7 envy at Nnufent la Type d'expptaW PERMANENTS ❑REPARATIONRiETp1R TEMPORAIRE responsabilrte de D LH -La convention do Varsc vit,Paul aussi s'epptlquer(oar rendosl. Race No. twou�q�a�rrd tfor D"L Oast naf 1rJ'l4pWf Cash a dargerout�ep�{a99 ravens).-Je comill rand"ous pDrnpranena D Nnation duties'Taxes It left blank r&cower ys dunes Taxes que ND L ne lrarapwta pas cf:A as.de ntert/1andKa9(wx rerxlro). Drots et taxes A destination S ge/a desf naatave devra payer fes drods et taxesTime Spnature _ Da,te� k ❑Receiver ❑Send. ❑Other _ _- _ _ Ntrure f Dece,,eT re E teur Awre Oth., __ PRINTED IN USA •`� y o °;,mv Dee This is A summery ol_WI main I-And-,We,.Our lull IMPORTANT NOTICE-B1vy Me con0111onp rot out pAlow OHL And Ile e0rvanif en0 p u an Ilnll Ito DO Iip01A al All Ice coaaln lopwf and arms am mndidons are on display and avaAme bean OHL erv"1000,am,Wed prover trey•ro e C0 treble,he amount oI uebmry a pb�Ciry nmued 10 Yoe mourn mtea in conawon Seance Gomm. IN,toro ativlsed to purchase Insurance eovaupe to Omun Ihpi thdr^IOrafls pro prOtOcted.9oe co"tllllo"10.INSURANCE p"Vwlg cenm°^"'e."NTri:"o�°a"p;+°mo:tlnia°°m°In;pl::,i °Im °D�I ass:oar:o:Ponueieiipo monlooli eepie'ree e`amine "a"O1eEfP�' C93rOCII3Q�ai D�021t0� 1.a.Ime.ou:va 1.�;E.1�"i i°.%@.`ni+CEl-e<cdilfw°;bona Donaena°up dlenu a e<nemr ape aouwnurp d esfu ano0.Iln pro agar 5. saccon.n ell nod.p0 1.Our Combat with you Frolicall- °mom.,ce. °'apourque a Adds°aNroi ou"Numd"o o, o"foul amps p1 pour n'irlplwte auello nelson. uqu pal ro pub elo-a A.,o terms and a :m An the,ae,wart beOro a,., 6.SI v d6flrez facto,,to dmMnube ou um liable cents She Ste Contra.oth ern aA the, of Ma L.When Inc.—yougieo W you.Md se"dm 01 the shipment,.Moand m,OHL.When You pied Van lsocalma ca do peyn mad qw Inds ddxuWMOn.dal qua les bad of Beres 8 AeSdnati0n d to tl.seroIDlro ua van nipmenl,you accop our lerma roam ter yWrrou end a m aorta pare°reluro d'Acgwnm Im lab, to,beyond also who has W interest In the daipmem.0,,terms T.R.Ith-lone and cond,tlom also protect anyone who coo may conbml a collect,transport or salvor your sripmoni.No employee 01 do Si vas Cmnm Wums..um rAdamaion An MAI do pe.d ry codmAs'un w01 I, una 6vrda0n arm,")W OHL Or anyone also has any authonly to Change any At our te p""lag°5 A u"Marti. team er Or WM:tians, An Oa make y prOmi80 An Om behalf. n0ua tlaI)na tldcev0lfcvOteam rAdealaddera derd lag 30 wudroz talre parvenu vobo ra.onaUon Ilan sawn b emd to suc,asutlo ee L Is plus Per OHL per lae conWm,quo br MAla In haml0OHLlap1u¢prodw 2.im •palcam A doc an VWines s.old roes qae la reaerrouon ro me COnsi06rW quo bowie iWa be lrbis A.xp6dfi0n.1 aWm 'Shipment'meem n dOamOdlt or pe,tde that lav@I Under Isis puroM ad a[gwn69. waylil'.ape artily Nat shipment de ilk are compete .nd w-role. 3.Int°malion°I Arlpmene e.Limit..do nngo rob11116 VW appoint us a4 yWr apart;10 conduct Customs dnfAmW ($uj01 au,m0ea11163 11 1 13.)En t0 qui°Iraii 6 nlmpai@ IOquol tle5 A. MUa rospon9olulilA O"Ce and entry and ceh,ly OHL as comign.e wary br mo puTWd The Iorms ape condubns epeIIW010 to OHL'4 WoMmail Seneca are Available from OHL Senlee Contrast.Terms 11 through 13 and la eat A bal dux emw pendus W enddmnmgm.peu Imp°nA In=use,se Area.Au morns Olove dA Ws ado of deslpwnrg A Customs Brno,to MOM,Customs dope- -Warfaw Corrvdnibn-apPN. monanW arcs and-by' I OO 5 U.S.;W a.Shl t.coo eD m1.cce t A a peal OblOnir una coplo doh maalllOs qul.'Appliqued,au eervico W WtlNali der cOnneA do sorvicd OHL.Los n1Wnt69 t f A 13 0,14 ,Id nano"1 red do a pen.W A.do-d" qua vous A—-ru:W Shipment, i s'bppkquon,ICArnonnon d°V._Ad). W vd.ur rddde de, I'envd.Cep no comwond.uamnnanb u.see,rommOrdda W W wI Wr spOtlnlo We ee rot accept As a ship nl anything Mal: 12.cl-d u lnces bey tl our Control 1.hike A W IWa adro epand . •is resirgtotl by IATA(Inrorroiianal Air Transport Aaaroanten) We Oro rot ILIbb d a ckp ,b b.l.damopud.Ar maedNm W bopuro of drWmalarrn beyae Wr OOntrol. Par v0ua per A,ICAO(m.mat"al Civ11 Mindon O,ganizdaon) Tame Include: 9.Signlllmdon de•velour r 11D- ve�eeocioo we danrol banapan Into h or legally :'Act at 0°d.rot wamyo �hpuak.,cyclone,slam a(rood Le mnn 61m6 doa mOnlan a AuNd"ts,$alon rhour°.t I'9nd,on W noun awns areepl6 I'emd. can get ern klormation Imm our SAM,coal,.about ahtpmonn Ina,ern do col W,remN Aadp,. •Itece•W Iw maniple pane unsn,a embargo You Ceaely that your¢hipmen,Is nab resaklo0 by any of the More, •Am detect o,-A,.-uik b a w h 1N nmure 01 the dapamm.Own a knew",0 us when coo nttOpiW,I Opq,mbnf4 y..an or dmLvbn by Anyone°juke OHL For mareplo: .la cod 1 do rAperotad W do remplaCemeM du document:ou 5.Impactlon pee Charging - the Wnder At Ina shmarthl le a61 de roCOmbUaiOd W de IAConse,Mbn I.doom.. g 0 Me.- You agree Dal we may open and Impact a shipment for any reaped at any time.We merge according to - An henIW thirdp0 m, Calf Ana higher AI actual o,vdumenic wpipht. - Customs ter he,Comment enidaD •10 Call d@ rbpamuon W do r°nglacomom our taro:W de Postal Sornce.acorn carrier a over ukm party vAa we contract l0 a.rvo bWii.m that we A.not 1a valou,W nwome W a)taste valour mmchando tlu Coal 6.It you have.eked us 10 bill IN-.are,or a Mire pasty servo Auocdy.We pro rot liable me"If iN rondor did not ark for or know about a third pony La valour niolle d'un calla no peul mcOOor b C.41 wlgna awe 10 D.100. You agree to pay as.hlpaaenl cheges.and dest-clon duen and taxer,lot Mi.AMpm°n,d the ranivm arraWe.rd Ala0ro1 dada IOr elac,rial w n01k damage b0.Or O,A,W aA 01,dbcbronk a 1 b Imo a Mi.body does lea pay. W re,ar.i1. r"°g ap pn0 Dpnpn geA T.CI.imf 17.Consoquentlal mmeppa 10,Nous roCOmmam10n9 We v pereez um msu,racv bur wile emd.NOus mut om are msuror It you wish to claim for a lost(IMudes mstlall,mcd)a,damaged shipment WA pas col-,z0 la Ind IA;;.,wnadther May Ad.in mM.1 a any other lam 01 d.A.1mn.Including Mae dad pour un mom-Adam juequ 6 5 mClorSs do dean U.S.Veu,gw rater+Wlolda quo does •you heusi dalm in wrong rogApdroA,and even 11 N0Y' r 19u11. Anumnc r In.-is ne come pas lea danmap Indjad.d Im pen@s ou OommApm taus6s pe, muss reeoNe your claim w;min 30 mys natn Me data that coo eOnroqudn.1 or sp 11 dam.gm 0,bps dos raarn due au nAmpen.Si van no coehez pas W ea4.OUI tld a aDnquo Af.urenee sue le recto oOCOptud your ahia-ml rimer induea kns du pr6sent connaimoment,eau°aswmez Idus Ion ASW0 de penes out do rommages. •pleesd SOW Or aka your dales 10 you,mc,ost OHL office branch,a Oder-an- Please rate!era will rat deal with A daim until all s 0-m ape any other charges awe been paid. Consequential damages a Imo Include,Wt fir°act Imtew b,rod Income,profits,mtema,mOrkod,And use I cant- - 11.Envois--,do. mmJ�,�•Q•]1 (°. i�l' NW¢Imam car in ahem mooma km,dam to f w du rano""abfo.pour liven,weA ems salon mu0 11.It IN rMspomeon At A shipment I" Ncs An ulumau decantation 0,c In A count thol Inch ire herd.r We,eo th alson mad w!.-..At pea pammi al no fail pas part;.mogam.de Ca..A.. pe A 0 Nom no°ammo°on spousal dos rccams A.Eslent at our liability 1 midVYW,departure. Watl cow COnvOn Y Apply.The COmanibn povoma.And in marl coos Iunher (Sub(dd a conditions 11 and 13).In rmpecl of any one shipment.our Ibbimy ter erN loss or damage ry At ago poem. 12.Clrcome-cm indepand-cas do at.void"Id nOwuver.CCASIO-d la limlid bo the 1 w 1 01 thm0 three amWnd: * * * * * * * * * * * * ," ,A NW s no scheme pas rmpensables W peen W concee m Causer par on chcamarces lnd6pnd uzmn •U.S.S 1 DO:Or d@ It.nA.md y comp,: •coo.dual amount of any rose A,Da o sundrod by YW;.1 LA p65en10 ware un aha-6 as nos W,mes 01 cormtons penapeux.CW.-d sour anchio,d desperados •1n as tartans.par memale•un hemblereent de Idea,un ydom.late b.mpele Au ua.mondabb" •coo A_A1 tmlu°of be Armament.This apes rat include my wauddrdal vMue or ep°dal vale 1°you A, Dram tee aorvke OHL. •Ids cAa do corm m°lauro,par ndmpp,una guano.I'buaaomu"I d'un avid"W un enleram a any other Wren. .IWIo d61maumno W aracula uwe se,appormm a to nmm ed road,memo d corn own adem au g.WNb rro man by'act value' AulAuaalan W mheaston As pan ea P.-6 twIddWr de OHL.pea wamaplo The Iowes101 M.IDlbwing amount.Oetod antl As At IN emo And place 10 mospiW Me ahipmont: 1.Noup Canteen p C Youf 10 - 1'e•p00ileur de I'Arrvd DOw,m-I L.pro..,Ime..1 coed,-.ee m67 te11x Im 6 ro4 W"tres d.rorviCaS, undonllroairo •Mo coal at r do 1N document,or Sue aoN CISpOrab - I,erco pence aYant un lnldet dam Yerrvd apeirinp Or replacing l,aael ramomd°Am mlod.ein du CMVd pesa6 enno von,I'dxpOdI.-A.I'omol,AI ro.e,DHL _ las-aMerp ou au,res lAncbWnmlrm W gWve,romMt •lad-1.1 r-A..ng Ar rcocniilue,g coo-.mAat lnrspu Ca"NS van drnd,v acoep0z nda rndOduds en wU0 deco et pat IOu9 CW x qd _ 10 eOrviCd pm,a.un eUVO u0mpondu!W una UOmA pArtl.W eW4�uAWndO ahalp64 AO d@nervlr Parznb poa4d0°tun Imela dam I'alvd.Nm Imam of[dWuoro proldpo b W p tom rep.Wa lydWm¢6vontUeu der dcamadpns non ddneryi ebeaemea par OHL N WA d6cNena Ion°respentubiea dads •the Coal of reaching Or rApladnp Me perca,or charges Ad A"'O.e.W udadpon tee la WrabW W wUe ems.AUdld en.l0yt de OHL al°jam I'@venNdn6 OL rospddiour n'a pap doman06 W d plat pas a.courant done Onunl@ do Irvalton •Ma,m.b a lair nasal vdue a the parcel ouAo per4onro re corn lmenu do ra.ipl:n nocmaeim pow mmfiA,roe mdmin6°,a aim uro puolCmquo vac w nA,s. The abed vdjo a A percel Wheat n coon man mu oagirot tea,10 you pee 10 per deco, p,dmm.o do nab°hem. NWa no sommes de plus nuaedmom rwoornm!n de dommages demean 61octmuo W magn0igud a x.slgmncedon du-1.Omol•,W•D=tealUAa• dos Images ou 6 on amogiWomone paclographiques a 6lddrongups all W rnacemer.be W".0.. Lo cool-emd• •wpildhod-sigd.d+WI document W ape mM le vanpW cat aswr0 pU un sod cpramhromdm..den.vW.can,_qee 1Aa imamabpm teecomes a,rdma pent mnal9as m.,barn. .wmmo:�N.A a aponsabin Am 616m@ha Adv."u.card ro tea.d'un..am W ao-1.Anon 10.cop rocommCnd Ihnt 3.Les.-.I.I"bwmlbmu5 u vAL y compels W"(glga ce.of cm,memo s iH rewnaml do robe louts yW WI WI Ampmdml Inwance.Wo an anarge kdurace to,you Iw up to U.S. V Ws roue ddsipndx b hue d=m fib"d'.ttacbm pour vas ranttOe d,l0 06apnroaronl a ern,ealulez a pence ee--go."enact.au omeau. $5 malton.But plane rota that our shipment insurance adds eel cono,consequential damages,or loss or OHL desGklair0 a.�Amulet dad W dedgmlbn d'Um courm,an counted pour anal.a1 le d6olmuc orame war I pedo.manacles damdgo caused by uamponmon delay..It you do rot Ad,the Shipment Insurance YES ben On the honk Ito cote omoi. bass d'W ontnd bea c 1+da n wmybdl,you nsum.An dske Ai Ims or damago. A.Lea..,at.ad.- OHL Les penes W dnmmages indamu comprdnmem.-is M..'y Imam,I.pond do rower..do pram. Nom,du ens In Omdn°saN.nd: Al tOmred.m..Ind.d do rwaaaian d.cc^+Wu. ��� � • dew yyd IOM aDrel tlo rnlrken0m dd AATApedu aon. ,morainal W rotbrob)( Q• '�' •les email que DHL co^sbda-am posent un podemo Al amen hrdame W socumaim, 11.Data yea Mlpmdnu vW°pouvex°bad,der InlwheAeeats comd6W.sue toe @cow.0 noes ra poan ns-color A I hand 14.Le Cwwenbon n VanmlO pout ebpptiquer larema le namp°n dun erne;cam, un and W and We¢sae makes ovary romonada°Port to ddiva ,shbheem Accoa.g to Wr roams daN scledulo5 acWolb m am nand unnt ova u"d.lea c.Irm de 6Arvicm.V Wa CmLlbz blue wb0°rnol none.dead duaidmod dam u"ern..be cod 1°pay..x rl-.le CWwnuo",og1c.1 dam 1.maonl6 Am cas, 1.n those erD da qutemerea wad Ad na form bon of m0 romact.coo pro cob IWae Iw terry dee�.TA. a-des In..as..Asua. Rambo davAmago non.anpwdeblbn paw tone dead W tom ddmmap@ do rerna. CONTRACT CHECKLIST STAFF NAME & EXTENSION NUMBER: J-D VILS00 DIVISION/DEPARTMENT: PI uT1L J-N %STG.,M 5 CONTRACT NUMBER: C AG - TASK ORDER NUMBER (if applicable): �►>M��aN �a��ti �Qpvcri_ LTQ PURPOSE OF CONTRACT: �Vll�laAs�3 'TtAtLGt, 6V N'T�sU 506 KW FT T 1. LEGAL REVIEW: (Attach letter from City Attorney) 1� 2. RISK MANAGEMENT REVIEW FOR INSURANCE: (Attach letter) 3. RESPONSE TO LEGAL OR RISK MGMT CONCERNS: (Explain in writing how concerns have been met.) N JA 4. INSURANCE CERTIFICATE AND/OR POLICY: (Attach original) 01A 5. CITY BUSINESS LICENSE NUMBER: d (Call Finance Dept.) 6. ATTACHED CONTRACTS ARE SIGNED BY CONTRACTOR/CONSULTANT: (If not, provide explanation) 7. FISCAL IMPACT: �ibb,ttGd .od�421 .5oo_ Ig 5�j`o_34 l05.5552t A. AMOUNT BUDGETED: (LINE ITEM) (See8.b)* 0 5,Jra�.0j S. 500.1$.5140_��6_ �S_5S2c4s B. EXPENDITURE REQUIRED: # ��► �S�t�.o�. 8. COUNCIL APPROVAL REQUIRED: (Prepare Agenda Bill): v/A. CONTRACT OR TASK ORDER IS $50,000 OR OVER: (Refer to Council committee for initial contract approval; place subsequent task orders on Council agenda for concurrence.) B. *FUND TRANSFER REQUIRED IF CONTRACT EXPENDITURE EXCEEDS AMOUNT BUDGETED. (Refer to Council committee.) C. SOLE SOURCE CONTRACTS. (Refer to Council committee over $10,000.) 9. DATE OF COUNCIL APPROVAL (if applicable): FEU%AI-`t, 2 b 10. RESOLUTION NUMBER (If applicable): �Ed>ti6��1�T 11. KEY WORDS FOR CITY CLERK'S INDEX: A. ?p"01L B. �nQ�3,�d-Fs ����SIL.eCa� ���r•�s�'6�a C. H:\WWOODOWORMS\CONTRACT\CK LIST.D001)h Rev /97 CITY OF RENTON ..� Office of the City Attorney Jcsse Tanner,Mayor Lawrence J.Warren MEMORANDUM y��r EI V "%',R 2 8 2001 To: J.D. Wilson r.:'?-Y Or RENTON From: Lawrence J. Warren, City Attorney Date: March 27, 2001 Subject: Purchase Agreement for Trailer Mounted 500 KW Generator Set The agreement is approved as to legal form. Lawrence J. Warren LJW:tmj cc: Jay Covington �j t it i w>. Post Office Box 626 - 100 S�2nd Street - Renton, Washington 98057 - (425) 255-9678 CIF)This naner contains 50%recycled material.20%post consumer J.D Wilson Re Insurance Requirements Purchase of Generator Set Page 1= From: Michael Webby To: Wilson, J.D. _Date: JJ5/D9214PA4 Subject: Re: Insurance Requirements- Purchase of Generator Set J.D. I don't know of any special insklurance coverage you would require concerning the purchase of a trailer mounted generator. You should require a full guarentee for a period purchase and the seller should be fully responsible for the thing until the city accepts it. I have asked WCIA to let me know if they can think of anything we should ask for. Will get back to you if I learn of something. Mike >>> J.D. Wilson 01/05/01 11:46AM >>> Mike: We are preparing to go out for bids for the purchase of a trailer mounted electrical generator set. The purchase agreement will include a field test of the unit and instruction of our maintenance people on operation and maintenance of the unit which will occur at the same time as the field test. What are the insurance requirements, if any, for this purchase? Thanks. J.D. SIMPSON POWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge, B.C., Canada V2X OZ5 Tel: (604) 460-3611 Fax: (604) 460-1974 TM DATE: Wednesday, February 14, 2001 TO: J.D Wilson COMPANY: City of Renton FAX: (425)430-7241 C.C.: Marylyn Petersen - City Clerk @ 425-430-6516 Bill Dolliver - Emergency Power Consultants Ltd. FROM: Deborah Dobbyn - Estimator (debbie@simpower.com) SUBJECT: City of Renton Non-collusion Affidavit for Trailer Mounted 500KW Genset # of pages 2 Please see the attached Non-collusion Affidavit you requested that was missing from our original tender submission. If you have any questions, please feel free to call Bill Dolliver @ Emergency Power Consultants or Myself. Regards, Deborah Dobbyn' Estimator FAXED GATE 20 T TIh1E AM;PM ACTIVITY # S I M PS O N POWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge (Vancouver), B.C. Canada, V2X OZ5 Tel: (604) 460-3611, Fax: (604) 460-1974, Parts Direct: (604) 460-3301 TM CITY OF RENTON PUBLIC WORKS TENDER INFORMATION CITY OF RENTON - 500 KW GENSET TABLE OF CONTENTS 1 . BID BOND, TENDER INFORMATION AND SIMPSON POWER PRODUCTS BILL OF MATERIALS 2. ALTERNATOR INFORMATION 3. ENGINE INFORMATION 4. ACCESSORIES S. CORPORATE OVERVIEW S. SAMPLE PROJECTS 7. QUALITY ASSURANCE ISSO S002 ►� B. WARRANTY POLICY ORIGINAL S / •generator systems/marine& industrial enginess!MPOWERTn, •service, parts, engineering, installations 06/05/2001 13: 42 509-886-2313 RH2 ENGINEERING INC PAGE 01 300 Simon Street SE;Suite 5 ' East Wenatchee,WA 98802 509-886-2900 RKN R I N N ` 800-720-8052 �I Fax 509-886-2313 l Monica ext. 5376 + To: Mr.J. D. Wilson P. E., Civil Engineer III, City of Renton From: Mark Ext Number: 5372 Fax: 425-430-7241 Pages: 3 Phone: 1-425-430-7295 Date: June 6, 2001 .q j� Reference No. Prj. #: REN 100,115.01 +ii t!: I Urgent ❑ For Review ❑ Please Comment ❑ As Requested ❑ Meeting Notice Comments: :E i �I j I I tj } This fax is sent by RH2 Engineering. Ifyou do not receive all pages, : please contact us imme&ately. fik II� 06/05/2001 13: 42 509-886-2313 RH2 ENGINEERING INC PAGE 02 tip. to 1 ; R N.NI eTii i tI RH2 ENGINEERING,INC. June s, 2001 Http:/Aww,rhl.com 4 Mr. Bill W. Dolliver { mellbox@rh2.00m Emergency Power Consultants 19501 1441h Avenue NE, Suite. A800 l; 'aoo'na.sos2. Woodinville,WA 98072-6400 Sent Via:Fax WESTERN WASHING70N a' 12100 NE 1950 St,Ste 100 Subject: City of Renton—Purchase of Trailer Mounted 500 KW Generator Set ;1 Rejection of Submittal I E Bad*,WA 98011 Dear Mr. Dolliver: (tega25.951.5e00 We have stopped our review of the Trailer Mounted 500 KW Generator Set submittal (1ax)425.398.27T4 received from you on June 4, 2001, because the diesel engine submitted does not meet Section 16.6B of the contract documents. This section clearly states the engine and generator combinations that would be accepted for this project and a Daewoo engine is , not listed under any combination. This letter is to notify you that the submittal has been j. EASTERN WASHINGTON rejected and we will not continue our review until we receive a submittal that meets the specifications. 300 SIMon Street SE,Suite 5 In addition, any product substitutions for this project needed to be submitted to the a Owner within 10 days after the date of the Purchase agreement. This time period as Ii4 East Wenaethoe,WA 91 W2 !,` long since expired; therefore, no substitutions will be reviewed or accepted. i. Furthermore, the bid submittal package submitted at the Owner's request to validate I. (ret)so9.e662soo your bid makes no mention of a product substitution. 1I so9.aee.23t3 At this time, we are requesting that Simpson Power Products, LTD. revise their submittal to provide a product that meets the contract specifications. The complete ' engine generator set shall be delivered within the 90 calendar contract days specified in the Purchase Agreement, or the City will enforce the liquidated damages clause in A . KITSAP PENINSULA accordance with Sections 3 of the Purchase Agreement, j 600 Kiisap Street suite 101 The City of Renton, in an attempt to maintain a cooperative working relationship, has tolerated a flexible schedule for the purchase of this generator set. It is our opinion that Pon orchard.WA 98368 Simpson Power is not pursuing a similar cooperative attitude. Specifically, the bids for this project were opened on February 13, 2001, and the required contract information (tot)36087&79W was not sent to the City until mid March. A Purchase agreement between Simpson Power and the City of Renton was executed on April 2, 2001, and submittals were not C, a (lax)360-876,7988 a a I k; 06105/01 2:29 PM JADATMR1,M1 DO-I15\Dae oo Engine DmiedI-doc i,� (i! 06/05/2001 13: 42 509-886-2313 RH2 ENGINEERING INC PAGE 03 I� 1 � Mr. Bill W. Dolliver f � June 6, 2001 Page 2 1'I received until June 4, 2001. Finally, the engine submitted in the submittal package does not meet the Oil specifications without any prior formal request for a substitution. The City needs this generator set to be delivered. Please revise your submittal and submit it to my ,4, attention along with a projected delivery date by June 15, 2001. If we do not receive this requested t information before June 15, 2001,we will recommend that the City turn this matter over to their legal 7 council for further review, Thank you for your immediate attention to this matter. Sincerely, RH2 ENGINEERING, INC. f l Mark Miller Aj Project Engineer i MM/mr }l 3, cc: Mr.J.D. Wilson P.E., City of Renton a 1a i� r , E �a MOM)2:29DM )ADATAWNk1OO.11l\DacwooEneine Denied 1.doc �f�E �!p � I4 ; ' SIMPOW a, ��•� .,��`` a has developed a reputation as a custom generator set manufacturer " " y who specializes in designing and building generator systems to meet complex customer requirements. _ Over the years we have developed an in-house expertise to supply, install, and �i"""" - ,=� ( integrate all parts of the power system - generator set, transfer switch, UPS, distribution - — i and other subsystems. Simpower's integrated UPS and Genset systems are supporting radar sites at all of Canada's major airports and offshore sites from India to Oman. PRIMARY POWER SIMPSON Power Products is the largest Mitsubishi engine - c distributor in the Western Hemisphere. Throughout the world, the Mitsubishi name is a symbol of engineering excellence and exceptional quality. . Fuel economy, reliability and ease of M '�'r�'`� � � -" maintenance are of the utmost `Y n SIMPOWER'S prime power systems operate importance to vessel owners and in remote locations throughout northern Canada, the ' SIMPOWER-Mitsubishi marine mountains of Venezuela, the desert plains in Somalia, Yam, and the jungles of Cambodia. The newest product line is SIMPOWER natural gas cogeneration systems propulsion and marine generator ' • which offer the best value in the marketplace today - the lowest emissions and the best fuel economy. systems win on all three counts. =`' • • Remote communications options allow the user to control and monitor multiple generator sites from a distant PC computer - ideal for unmanned locations. SNVIAvwER 4 5 SAMP M41ER SIMPOWER -- ------ r- ._--. -- i ,aMOwBt '. • SIMPOWER offers a wide variety of generator enclosure systems: sound attenuated for • • ' ' noise sensitive environments, -r— modified ISO containers, sheet n The SIMPOWER product line metal or aluminum construction ' ; consists of balanced integrated (strong, light-weight and corrosion- systems, which combine dependability, E - free). Our mobile trailer and efficiency and economy. Quality vehicular systems appeal to an designed generator sets are available increasing number of customers in a wide range of configurations, 11• \I who need portable power in a including air and liquid cooled, rugged, heavy duty and custom diesel and natural gas fueled, 50 designed package. and 60 Hertz, and in sizes ranging r from 5 to 5000 kW with voltages ups to 13.8 M Complemented by a complete range of controls and accessories, our generator systems can be customer tailored to your most M ' demanding specifications. •_" Simpson Power has established �.. SIMPOWER v and maintained long term b generator systems relationships with reliable suppliers in " North America, Europe, and Asia. The result is a high quality product, • • state-of-the-art technology, and flexibility of design. • S.WP RAOER g 3 S/MAOWER DIESEL ENGINE MODELS s0 HZ KVA 60 HZ Kwe a1 , 1s00RPM STANDBY 1800RPM STANDBY • . , SP0006 75 SP0005 5 r SP0013 16 SP0008 8 SP0020 25 S130011 11 SP0030 38 SP0016 !h SP0040 50 SP0022 22 r I SP0050 63 SP0033 33 `^ SP0060 75 SP0047 47 Ink � SP0068 85 SP0055 55 SP0088 110 SP0060 60 SP0120 150 SP0073 73 50 HZ KVA 60 HZ KWe SP0132 165 SP0080 80 1500 RPM STANDBY 1800 RPM STANDBY 50HZ KVA 60HZ KWe SP0176 220 SP0088 88 1500 RPM PRIME 1800 PRIME STD030 38 ST0047 47 ' SP0220 275 SP0100 100 STD050 63 ST0073 73 SP0252 290 SPo310 280 x,K p SP0240 300 S00110 110 ST0088 110 ST0110 110 SP0352 400 SP0420 380 SP0300 375 SP0125 125 SP0456 520 SP0550 500 - ST0120 150 ST0150 150 _ - SP0352 440 SP0150 150 ST0132 165 ST0200 200 SP0704 800 SP0840 760 SP0400 500 SP0200 200 SP0920 1050 SP1115 1000 ,- ST0176 220 ST0250 250 SP0528 660 SP0235 235 ST0240 300 STD30D 300 1000 RPM PRIME 1200 RPM PRIME �) SP0560 700 SP0250 250 ST0352 440 ST0400 400 SP320 400 SP375 375 SP0620 775 SP0300 300 ST0400 500 ST0500 500 SP500 625 SP600 600 SP0640 800 SP0350 350 ST056D 700 STD625 625 SP750 968 SP900 900 SP0704 880 SP0400 400 SP1008 1260 SP1200 1200 l _ SP0800 1000 SP0500 500 SP1507 1884 SP1800 1800 _ SP0840 1050 SP0625 625 SP2016 2520 SP2400 2400 -e 1 SP0930 1163 SP0650 650 K 60 HZ 1500 RPM STANN DDBY 1800 RPM STANDBY 750 RPM PRIME 720 RPM PRIME SP1160 1450 SP0750 750 SE0053 66 SE0073 73 SP2300 2875 SP2875 2300 SP1200 1500 SP0800 800 SP2650 3300 SP3300 2650 SP1240 1550 SP1015 1015 SED088 110 SE0110 110 SP3050 3800 SP3800 3050 SP1280 1600 SP1100 1100 SE0100 125 SE0150 150 SP1400 1750 SP1250 1250 SE0140 175 SE0200 200 SP3400 4250 SP4250 3400 SP1520 1900 SP1400 1400 SE0176J220SE0250 250 • • SP1680 2100 SP1500 1500 SE0240SE04DO 400 SP1720 2150 SP1650 1650 SE0352SE0500 500 1000RPM P�RlE SP1760 1760 SE0400SE0600 600 SP1095 9 SP1825 1825 SE0560SE0800 800 SP1160 1450 SP2000 2000 SE0640SE1000 1000 SIMPSON Power Products Ltd., founded in 1969, is now one +? SP1280 1wo 120ORPM PRIME SE0704SE1100 1100 of the largest volume generator set manufacturers in North America. SP1460 1825 SP0223 223 SE0840SP1560 1950 SP0300 300 SE0960 Our SIMPOWER systems provide the utmost in reliability and customer MARINE SP2195 2744 SP0353 353 satisfaction when the generator set is used for standby or prime power SP24DD 3000 SP0456 456 or as part of a load management power system. SIMPOWER maintains SP2925 3656 SP0523 523 PROPULSION ENGINES GENERATOR SFTf a ISO 9002 quality assurance system. SP3200 4000 SP0637 637 OW RPM BHP I RPM BHP RPM ENGINE PRIME POWER RATINGS 75ORPM PRIME SP0730 730 MODEL MAXIMUM MEDIUM DUTY CONTINUOUS MODEL M Kw r MK„^,� SP1050 1050 SP1000 1000 6D14-NA 154 30DO 96 3000 115 2600 S4K-NA NIA 25131 30 SP1200 1200 SP1165 1165 6D16-NA 190 28M 160 2700 145 2600 S4K-T N/A 40/50 50 SP1400 1400 SP1650 1600 6M6-T 250 2600 198 2700 175 2600 6D14-NA N/A 52/65 65 SP2100 2100 SP2475 2425 6D22-T 300 22M 269 2100 237 2000 6D14-T N/A 80/100 99 _ SP2850 2850 SP3300 3250 6D22-TC 400 2200 331 2100 284 2000 6D16-T N/A 1 00/125 125 SP4000 4000 90ORPM I PRIME HIGH PERFORMANCE LIGHT DUTY HEAVY DUTY 6D24-T N/A 150/188 165 SP4500 4500 SP0940 950 S683 650 2065 556 2065 462 1940 6D24-TC NIA 1761220 200 SP5000 5000 SP1010 1030 SW 784 1960 657 1960 543 1840 S663-MPTA 225 300/375 340 SP1260 1260 S12A2 1270 2100 1150 2100 go 1940 S6B3-MPTK 250 320/400 375 SP1355 1375 S12R 2105 18M 1622 18W 1260 1600 S6A3-MPTA 300 350/438 420 SP1905 1950 S16R 2500 1600 2272 1800 1676 1600 S6A3-MPTK 305 400/500 425 t .,`" �� ' ■ SP2050 1 2075 S16132 3091 2060 2465 20DO C/F C/F S6R-MPTA 350 450/563 540 SP2565 2600 SBV 1600 1200 1650 1200 1350 1060 S6R-MPTK 375 5W/625 575 k ( n • SP2750 2775 S6R2-MPTA 450 525/656 N/A 56t)2 1850 1000 1700 1000 1450 920 720RPM PRIME S6R2-MPTK 475 570/713 NIA s8U 24DO 1200 22M 1200 1800 1060 S12A2-MPTA 475 600I750 675 1 • SP0780 800 S12u 3600 1200 33DO 1200 27DO 1060 S12A2-MPTK 500 640/800 740 H 50 S16U 4800 1200 44DO 1200 3600 1060 S12R-MPTA 700 1030/1288 1075 j 00 S12R-MPTK 750 1050/1313 1150 50 S16R-MPTA 925 1280/1600 1450 0 S16R-MPTK 1000 1300/1625 1500 00 S/MPOVVER 2 00 7 S/MPIDWFR 00 SERVING ALL YOUR POWER REQUIREMENTS ' fTM sine w� .� f:► -1 ��,.'. • ' = ;� Ai �Z SALES �.. Our quotation • . personnel are Qr t; '. r -• • • - •proper requirements and recommending the R ATOR - and style of systems to fulfill your needs. ALL 14sifsrF M S engineeringENGINEERIll - • overall - - DIESEL x , .. •. • specification. . . 1NAT are produced • A. 5 to 500 parts and service network which SIMPSON POWER has an international k, +ram support.provides 24 hour emergency parts and service •- stocking distributor of Mitsubishi ' engines and parts in the Western Emergency Power 41 s Consultants, Woodmille,WA •' �•,� 1 1 15 1: 31 YEAR t OF EXCELLE S/ Co i SEHEU W6 ;q • ``EPEO Con MPOWER.M nc, a iso 11545 Kingston St., Maple Ridge(Vancouver), B.C.,Canada,V2X OZ5 9002 Tel:604-460-3611,Toll Free:800-890-3611 (Ontario only), Faxes:604-460-1974,Toll Free:888-291-2011 g g } sr�s TM Website:www.simpower.com E-mail:sales@simpower.com i - / '� City of RENTON PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET Bid Proposal, Purchase Agreement, and Specifications — Volume 1 of 1 L• ASA pF WAS tjI� G), A4 22780 �•�RF�ISTEREo G�� /09/01 SSIONALE EXPIRES 3/19/2002 Winter 2001 Prepared by: RH2 Engineering,Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET PURCHASE AGREEMENT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders Call for Bids Bidder's Responsibility Statement *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims *Bid Bond Form *Proposal *Schedule of Prices *Supplemental Information as Specified in Section 1.5, Bid Package Requirements, of the Specifications **Bond to the City of Renton **Purchase Agreement **City of Renton Fair Practices Policy Affidavit of Compliance Specifications Documents marked as follows must be submitted at the time noted and must be executed by the Supplier President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute purchase agreements / contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid **Submit with Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 9 RESOLUTION NO. 3229 EXHIBIT`A' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 his the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment_ (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: yor Council Presidentom Attest: City Cier1 ��� 3 CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGAN IZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. it shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS'. OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the Ciry of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor ` Council President 'Test: City Clerk CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET Project No. WTR-27-2880 SCOPE OF WORK The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier is encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel enzn gine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure, and telemetry system monitoring. Testing: The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery: The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. 1 Page 1 of 1 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, 7`h Floor of Renton City Hall, 1055 S. Grady Way, Renton, WA 98055, until 2:30 p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Purchase specifications may be examined and copies obtained at the Public Works Department Office. 3. The bid price must include providing all items and the performance of all work necessary to provide, test, deliver and warrant the trailer mounted engine generator set as described in the specifications. 4. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 5. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 6. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a purchase agreement and furnishes a satisfactory performance bond covering the full amount of the purchase within ten days after receipt of notice of intention to award purchase agreement. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 7. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 8. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily test, deliver and warrant the apparatus. 9. Payment for this purchase will be made in a Cash Warrant. 10. The purchase agreement will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. INSTRUCTIONS TO BIDDERS - 1 11. Selection of Alternative Buyer-Selected Material / Equipment The City will consider all aspects of quality, performance, and conformance with the specifications as well as price in selecting alternative materials / equipment. The City reserves the right, before the contract is executed, to select for installation any manufacturer's material / equipment listed, regardless of price, as will best suit the interests of the City and the purchase agreement amount will be adjusted accordingly. 12. Employment of Resident Employees The Supplier and sub-suppliers shall employ Washington State residents in accordance with the requirements of RCW 39.16. 13. Completion time. The Supplier shall be required to have the apparatus tested and delivered within 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. INSTRUCTIONS TO BIDDERS - 2 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET CALL FOR BIDS Sealed bids will be received until 2:30 p.m., February 13, 2001 at the City Clerk's office, 7"' Floor, Renton City Hall, and will be opened and publicly read in conference room # 511, 5"' Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The apparatus to be supplied, tested and delivered within ninety (90) calendar days from the date of commencement under this purchase agreement shall include, but not be limited to: The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier is encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel engine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure, and telemetry system monitoring. Testing: The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery: The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Project award is subject to available funding. Specifications and form of purchase agreement documents may be purchased from the Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non-refundable fee of $10.00 ($9.21 plus $0.79 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing charge is also non-refundable. No telephone orders will be accepted. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. No bids will be accepted after the time and date shown above. If a bidder has any questions regarding this call for bids or the plans holders list, please contact the City of Renton Department of Planning/Building/Public Works, Customer Service, 1055 South Grady Way, 6th floor at 425-430-7200. Staff contact for project technical questions,is J.D. Wilson, 425-430-7295 (jwilsonCc)ci.renton.wa.us). Marilyn MersQn, City Clerk Published: Daily Journal of Commerce January 16, 2001 January 30, 2001 CITY OF RENTON Trailer Mounted 500 KW Engine Generator Set Project No. WTR-27-2880 BIDDER'S RESPONSIBILTY STATEMENT It is the responsibility of each bidder to ascertain if all of the documents listed on the enclosed Purchase Agreement Document Table of Contents are included in their copy of the bid documents. If documents are missing, it is the responsibility of the bidder to contact the City of Renton and to obtain the missing documents prior to bid opening time. CITY OF RENTON FAIR PRACTICES POLICY iVV6 AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name f suppIIier/contractor/subcontract r/consul tan t) (1 I. It is the policy of �.n CAL �� o offer equal (Nam of supplier/co tractor/subcontr ctor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. S" M �W omplies with all applicable (Name supplier/con ractor/subcontra or/consultant) fi e-at34-loe4laws governing non-discrimination in employment. II. When applicable, �n, -o _�will seek out and (Name of s plier/contract r/subcontractor/c nsultant) negotiate with minority and women contractors for the award of subcontracts. Dallas Dobbyn MANAGER SPEC AL PROJECTS Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions-. This document MUST be completed by each supplier, contractor, subcontractor and consultant. Include or attach this document(s) with the contract. o"'Q_ k'AA C_�ca. C0_1/\Cl_�CIJI-'-%- . QC—Ll-� r PURCHASE AGREEMENT This Agreement is between: Supplier _ ,OM at _ `t and Buyer City of Renton Wafe Utility at 1055 S. Grady Way, Renton, WA 1. The Supplier agrees to sell and the Buyer agrees to purchase the trailer mounted electrical generator set including factory and field testing, operator instruction and warranties (Apparatus) described in the Supplier's Proposal and Supplemental Information and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Supplier's Proposal / Supplemental Information and the Buyer's Specifications, the Buyer's specifications shall prevail. This purchase agreement consists of the following documents, all of which are component parts of said Agreement and as fully a part thereof as if herin set out in full, and if not attached, as if hereto attached: 1) This Agreement, 2) Instructions to Bidders, 3) Bid Proposal, 4) Specifications, 5)Bid, 6)Advertisement for Bids, and Addenda(if any). 2. The Supplier agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total ($ (. g D upon acceptance of a completed and executed Purchase Agreement at the offices of the Supplier. 3. The Apparatus shall be delivered F.O.B. at 3555 NE 2nd Street, Renton, Washington in no more than 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. In the event the completed Apparatus cannot be delivered as specified herein, the Supplier agrees to pay the Buyer liquidated damages in the amount of four-tenths of one percent (0.004) of the bid price of the Apparatus for each work day the Apparatus is delayed. Both the Buyer and the Supplier agree that the above figure represents a reasonable amount for actual damages incurred by the Buyer and is compensatory. The Buyer shall deduct such penalties from the payment of the Supplier's invoice for the purchase. An extension of the delivery date may be authorized only by the Buyer. Saturdays, Sundays and officially recognized City, State and Federal holidays will not be considered normal work days. Also, the Supplier will not be held responsible for Force Majeure delays, provided the Buyer is notified in writing in a reasonably timely manner. 4. The Supplier hereby proposes to furnish the Buyer, subject to proper execution of this agreement by the Supplier and the Buyer, the Apparatus to be built in accordance with the Buyer's Specifications and the Supplier's Proposal for the total bid price of VF _—.� / Unless otherwise specified, the Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax; the Buyer agrees to furnish the applicable exemption certificate to the Supplier and to hold the Supplier harmless from any damage which may result from the Supplier ultimately having any such tax assessed against it. Page 1 of 2 r Ccf > ) CS C tic. Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, which ever is less. 5. Supplier warrants of Apparatus comply with warranties/warranty services as outlined in Buyer Specifications. The Supplier included in the bid price a warranty of at least 24 months. Warranty covers 100% parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative \ O�'�—�C—ly �ZS J `}$ -7 S,05/F74X SZ64, Title /vv�(� arid Buyer Representative Jesse Tanner Title Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. BUYER SUPPLIER City of Renton By Dallas Dobbyn Name/Title Jesse Tanner, Mayor_ Name/Title MANAf FR spECIAL PR0JECTS Date Date: , v,11- Attest: Marilvn Peterson, City Clerk Page 2 of 2 City Of RENTON N PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET • • S pecirlications � L. ASA `ilP T 0 e 6 22780 w �O STF B�G���v /09/01 SSIO AL EXPIRES 3/19/2002 j Winter 2001 Prepared by: RH2 Engineering, Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 I\ Table of Contents Division1 General........................................................................................................ 1-1 1.1 Summary of Work............................................................................................. 1-1 1.2 Specifications .................................................................................................... 1-1 1.3 Submittal and Shop Drawings............................................................................ 1-2 1.4 Substitutions ..................................................................................................... 1-3 1.5 Bid Package Requirements................................................................................. 1-4 Division 2 Site-work Not Used this Purchase Agreement.................................................2-1 Division 3 Concrete Not Used this Purchase Agreement ................................................3-1 Division 4 Masonry Not Used this Purchase Agreement.................................................4-1 Division 5 Metals Not Used this Purchase Agreement.................................................... 5-1 Division 6 Carpentry Not Used this Purchase Agreement...............................................6-1 Division 7 Thermal and Moisture Protection Not Used this Purchase Agreement............7-1 Division 8 Doors and Windows Not Used this Purchase Agreement............................... 8-1 Division 9 Finishes Not Used this Purchase Agreement..................................................9-1 Division 10 Specialties Not Used this Purchase Agreement........................................... 10-1 Division 11 Equipment Not Used this Purchase Agreement ......................................... 11-1 Division 12 Furnishings Not Used this Purchase Agreement......................................... 12-1 Division 13 Special Construction Not Used this Purchase Agreement ........................... 13-1 Division 14 Conveying Systems Not Used this Purchase Agreement ............................. 14-1 Division 15 Mechanical Not Used this Purchase Agreement ......................................... 15-1 Division16 Electrical.................................................................................................. 16-1 16.1 General....................................................................................................... 16-1 16.2 Identification of Listed Products .................................................................. 16-1 16.3 Submittals ................................................................................................... 16-1 16.4 Codes and Standards.................................................................................... 16-2 16.5 Circuit Breakers........................................................................................... 16-2 16.6 Portable Standby Diesel Engine Generator System........................................ 16-2 A. General....................................................................................................... 16-2 B. Acceptable Manufacturers............................................................................ 16-3 C. Rating......................................................................................................... 16-3 D. Electric Starting System ............................................................................... 16-3 E. Battery Charger ........................................................................................... 16-4 i F. Cooling System............................................................................................ 16-4 G. Air Cleaners................................................................................................. 16-4 H. Governor System......................................................................................... 16-5 I. Lubrication ..................................................................................................... 16-5 J. Trailer......................................................................................................... 16-5 K. Sound-Attenuated Enclosure........................................................................ 16-6 L. Exhaust System........................................................................................... 16-6 M. Fuel System................................................................................................. 16-7 N. Torsional Vibration ..................................................................................... 16-8 O. Control Panel and Alarm System.................................................................. 16-8 P. Alarm Contacts to Telemetry....................................................................... 16-9 Q. Telemetry Cable......................................................................................... 16-10 R. Finishes..................................................................................................... 16-10 S. Generator.................................................................................................. 16-10 T. Voltage Regulator...................................................................................... 16-10 U. Switch Gear............................................................................................... 16-11 V. 120 Volt Convenience Outlet..................................................................... 16-11 W. Power and Telemetry Entrance Enclosure .................................................. 16-11 X. Special Tools and Requirements................................................................. 16-12 Y. Warning Signs ........................................................................................... 16-12 Z. Spare Parts................................................................................................ 16-13 AA. Equipment Operating Manuals................................................................... 16-13 BB. Delivery.................................................................................................... 16-13 CC. Factory Test.............................................................................................. 16-13 DD. Field Test.................................................................................................. 16-13 EE. Training.................................................................................................... 16-14 FF. Warranty................................................................................................... 16-14 Division 17 Automatic Control Not Used this Purchase Agreement.............................. 17-1 Division 18 Measurement and Payment ....................................................................... 18-1 18.1 Payment...................................................................................................... 18-1 18.2 Bid Item No. 1 - Portable Engine Generator Tested and Delivered to Site..... 18-1 ll Division 1 General 1.1 Summary of Work Work incidental and necessary to completion of work described in these specification documents shall be completed under the bid items listed and no other compensation will be allowed. The WORK to be performed under this Purchase Agreement shall consist of providing all tools, equipment, materials, supplies and manufactured articles and providing all labor, transportation, and services, including fuel, power, and essential communications, and performing all work, or other operations required for the fulfillment of the Purchase Agreement in strict accordance with the Purchase Agreement Documents. The Work shall be complete,and all work,materials, and services not expressly indicated or called for in the Purchase Agreement Documents which may be necessary for the complete and proper operation of the Portable Engine Generator in good faith shall be provided by the SUPPLIER as though originally so indicated, at no increase in cost to the OWNER. The WORK of this Purchase Agreement is comprised of supplying, delivering, and testing of a new trailer mounted portable engine generator set with fuel tank and sound attenuating enclosure as specified herein. Other appurtenances are required to be provided with the delivered product as specified herein. 1.2 Specifications Work under this Purchase Agreement shall be performed in accordance these specifications and with applicable sections of the latest editions of: • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1_1 01/11/01 7:31 AD1 Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase 1.3 Submittal and Shop Drawings Shop drawing submittals are required for all items supplied or installed under this Purchase Agreement. Submit 5 copies of each submittal to: RH2 Engineering, Inc. 300 Simon Street., Suite 5 East Wenatchee,WA 98802 Attn:Mark Miller Submit one copy of each submittal to: City of Renton Water Utility 1055 S. Grady Way— 5`h Floor Renton,WA 98055 Attn: J.D.Wilson Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the Purchase Agreement requirements. Items that are installed in the work that have not been approved through the shop ` drawing process shall be removed and an approved product shall be furnished, all at the Supplier's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Supplier from responsibility for errors or omissions, or responsibility for consequences due to deviations from the Purchase Agreement documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 81/z" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Supplier and Applicable Subcontractor. 3. R-12 Engineering. 4. Owner's Name. 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Supplier has checked the equipment for conformance with the Purchase Agreement requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Supplier for re-submittal. The Engineer will review acceptable submittals as promptly as possible and transmitted to the Supplier not later than 10 RTorking days after receipt. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of Purchase Agreement time or delay damages. Three sets of shop drawings 1-2 Winter 2001 City of Renton Division 1 -General Portable Engine Generator Purchase will be returned to the Supplier after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of Purchase Agreement exceptions. 8. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for running and starting a load under specified conditions. Calculations shall be included as part of the documentation. 9. Warranty information. 10. See Section 16-2 for addition information required in the submittal. By approving and submitting shop drawings and samples, the Supplier warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data and have checked and coordinated each shop drawing with the requirements of the work and of the Purchase Agreement documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Supplier shall pay additional reviews by withholding the appropriate amounts from each payment estimate. The Supplier is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. 1.4 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Within 10 days after the date of the Purchase Agreement,the Owner shall consider formal requests from the Supplier for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. / 1-3 Winter 2001 City of Renton Division 1 -General Portable Engine Generator Purchase In making a request for a substitution, the Supplier represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Supplier shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Supplier waives all claims for additional costs related to substitutions. 1.5 Bid Package Requirements In addition to bid quotes for a new trailer mounted portable engine generator set specified herein, bidders will be required to furnish the following information: .1. Dimensional drawings showing outline dimensions, lengths, overall sizes, and weights of the engine generator set and all the appurtenances to be provided. 2. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for running and starting a load under specified conditions. Calculations shall be included as part of the documentation. 3. A complete list of all accessories to be provided with the trailer mounted portable engine generator set including cataloged information for each item on the list. 4. Description of parts and service availability. 5. Delivery time in days from approval of shop drawings. 6. A list of five contacts in the Puget Sound Area within the past five years that have purchased an engine generator set from your company that is similar to the size and features specified herein. The list shall include a contact name, location of the installation, and a phone number for contacting that person. 7. Detailed information on the warranty. 1-4 Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. 16.2 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testimg laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original Purchase Agreement price. 16.3 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals'sections of these specifications. The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. 2. Drawing of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: • Engine make • Number of cylinders • Bore (in inches) • Stroke (in inches) • Generator make and type • Generator electrical rating,kva • Cubic inch displacement • Fuel oil consumption • Exciter and type 16-1 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • Horsepower at rated load • Enclosure size, exterior dimensions. 16.4 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washing on State Electrical Code and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All products shall be UL labeled. 16.5 Circuit Breakers Molded case circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes and individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions.All ratings are to be clearly visible. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated in this document. Circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.6 Portable Standby Diesel Engine Generator System A. General Provide one self-contained, exterior rated, trailer-mounted, standby engine generator system to operate the load criteria listed in the rating section of these specifications below during prime power failure conditions. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. The diesel engine will be operated between the approximate elevations of 0-500 feet above sea level and shall meet all performance requirements specified herein when installed at that altitude. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial products with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product, which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs or brochures and represents the latest production model. Insulate, enclose or guard exposed parts subject to high-operating temperatures or v 16-2 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase energized electrically, any moving parts, which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. B. Acceptable Manufacturers Subject to compliance with these specifications, the following manufacturer's are approved for bidding: 1. Cummins/Onan 2. Caterpillar 3. Pacific Detroit/Kohler 4. Mitsubishi/Generac 5. Mitsubishi/Simpson Power Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. C. Rating Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump,jacket water pump and governor charging generator. Engine- generator power output rating is estimated for bidding purposes at 500 kilowatt (standby rating) at a speed not exceeding 1,800 rpm. Bidders evaluation of rating shall be included in the submittal package. Engine generator set sizing shall meet the following criteria: • Continuously operate two — 200 horsepower (Code G) vertical turbine pump motors, and one - 50 KVA lighting load. • Start and operate a 200 horsepower (Code G) vertical turbine pump motor with less that a 15% voltage drop using a solid state reduced voltage starter. The engine generator will be operated outdoors. The engine generator set shall be sized to overcome any loss of power due to excessive backpressure caused by a critical silencing exhaust muffler that will be required to meet the maximum noise level allowable as specified elsewhere in this document. D. Electric Starting System Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed, which will allow for full diesel start of the engine. Arrange starting 16-3 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase pinion to disengage automatically when diesel engine starts. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 90 seconds at firing speed in ambient temperatures specified and n ith capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Batteries shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. E. Battery Charger A UL listed/CSA certified 10-amp voltage regulated battery charger shall be provided for each engine-generator set. The charger shall be located on the engine generator within the weather protective enclosure at a location recommended by the manufacturer. Input AC ` voltage shall be 120 volt and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalizer charge settings. Operational monitors shall provide visual output along with individual form C contacts rated at 4 amps, 120 VAC, 30 VDC for remote indication of: •Loss of AC power— red light •Low battery voltage — red light •High battery voltage— red light •Power ON— green light (no relay contact) Analog DC voltmeter and ammeter, 12 hour equalize charger timer, AC and DC fuses shall be provided on the charger. F. Cooling System Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 122 degrees F ambient temperature. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of minus 20 degrees Fahrenheit. Provide engine mounted, thermostatically controlled water jacket heater(s) for the engine. The heater(s) shall be sized as recommended by the equipment supplier. The heater voltage shall be single phase, 120 volt. G. Air Cleaners Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit and ash. 16-4 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase H. Governor System An electronic governor providing not more than three percent regulation from no load to full load shall control engine speed. A cool down period of 5-10 minutes shall be provided with the engine after termination of load, pinning at manufacturer's recommended speed for cool down. Provide overspeed trip. I. Lubrication Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings and valve rocker mechanism. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled and provisions for draining oil by piping or other means to the outside of engine housing. J. Trailer The engine/generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall be rated at 200% of the weight of all installed components plus all fluids, with a 300% impact factor on the wheel and axle assembly. The towing eye shall be rated for 500% of the weight of the completed unit with a vertical weight rating of 60% of completed unit weight. The trailer shall have triple axles with electronic brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality,designed for the trailer rating shown above. Tires shall be transport type, mounted on steel wheels with chrome wheel covers. Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. The trailer shall have the following accessories: • Adjustable lunette hitch • Front retractable dead stand • Rear license plate holder • Fenders, bumpers with recessed lights, hub caps • Two safety chains with grab hooks • Break-a-way switch with charger 16-5 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • ICC safety equipment (reflectors, Stop/turn/tall/license-lights) • Cable storage box with hinged lockable lid • Spare wheel, tire and carrier • Double rear load leveling jacks • Exterior flood light (switched) and rotating emergency beacon (24-volt DC) • Control panel light (backlight and flood light) (24-volt DC) The enclosure shall have the following accessories: • Exhaust silencer mounting brackets • Oil,water and fuel drains outside the housing • Fuel filler with locking cap K. Sound-Attenuated Enclosure The engine/generator system shall be provided with an exterior rated, sound-attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. The enclosure shall comply with the NEC and NFPA for interior ' clearance of all components, and ICC rules and regulations for road-legal towing trailers. The enclosure shall be formed steel designed to withstand all wind and towing loads without deformation. All access doors shall be lockable "D" ring twist latches and equipped with intrusion alarm switches. All lockable compartments and doors shall be keyed alike. A key switch located on the outside of the enclosure shall allow the owner to defeat the intrusion alarm system. The key switch cylinder shall be keyed for a Renton Standard (RW-3) key(Best Lock Company 7-pin core). The housing shall be factory installed and allow easy access to the engine-generator and the control panel. Enclosure doors shall not be wider than 36" each to allow for convenient access to the enclosure interior. Side and end panels shall have louvered doors to allow access to the interior equipment and shall allow removal and replacement of all serviceable items without removing the enclosure. The entire enclosure and skid assembly shall be treated with an electro-deposition primer process prior to finish painting for maximum durability. The set shall be equipped with adequate lifting eyes. The sound attenuated enclosure shall provide a sound level at full load no greater than 90 dB(A). This sound level will represent the average measurement taken at eight points located equidistant, 23 feet from the set at full load. L. Exhaust System Muffler shall be rated as necessary to comply with the noise emission requirements listed under the sound-attenuated enclosure and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. Muffler shall be entirely mounted within sound-attenuated enclosure. / 16-6 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. The tail pipe shall extend to the plane of the trailer bumper but not beyond. A rain skirt or other weather protective device shall be mounted over the roof penetration. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211 and shall comply with recommendation for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support exhaust systems so no weight or stress is applied to engine exhaust manifold or turbocharger. M. Fuel System General Engine shall operate on a commercial grade of distilled No. 2 Domestic burner oil. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam- driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection, shall be same length for all cylinders. Equip fuel system with racor-type, water-removing fuel filter having replaceable elements which may be easily removed from their housing for replacing, without breaking, any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. The tank shall be especially constructed for mounting in this location by the engine and during installation and transport. The tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be hydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines and a drain line routed through the steel base plate. Slope tank to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. Provide a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture. Provide fuel feed line valved at engine. Provide fuel return line shall that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel 16-7 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase lines shall have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. Fill fuel storage tank at completion of project. N. Torsional Vibration Design, construct and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and the manufacturer shall provide proof of torsional acceptability. O. Control Panel and Alarm System The Engine control panel shall be integrally mounted to engine generator assembly on the curbside of the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. The control shall have automatic remote start capability from a panel-mounted three-position (Stop,Run,Remote) switch. The generator set shall be provided with alarm and status indicating lamps to indicate non- automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright sunshine conditions. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: Alarms • Low oil pressure warning • Oil pressure sender failure • Low coolant temperature • High coolant temperature warning • Low coolant level • Engine temperature sender failure • Low DC voltage • High DC voltage • Weak battery • Low fuel warning • Over load • Enclosure intrusion (activated if enclosure doors are open un-authorized) Shutdown Alarms 16-8 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • Low oil pressure • Low-Low Fuel • High coolant temperature • Fail to crank • Overcrank • Overspeed • High AC voltage • Low AC voltage • Under frequency • Over current • Short circuit • Emergency stop Engine control panel shall be integrally mounted to engine generator assembly and shall include the following: 1. Oil pressure gauge (psi) 2. Coolant temperature gauge (°F) 3. Operating hour meter (hrs) 4. Hand-off Auto Selector switch (H-O-A) 5. AC Frequency meter (hertz) 6. AC Volt meter(0-600y) 7. AC Current Meter(Amps) 8. Load Meter (kW) Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. P. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: • Low fuel • Generator run • Generator failure (shutdown) • Generator trouble ��_ 16-9 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Generator failure alarm shall be activated when any shutdown condition exists. Generator trouble shall be activated when any alarm condition exists. The auxiliary dry contacts shall be wired to a receptacle located in the Auxiliary Power and Control Panel. See Power and Telemetry Entrance enclosure for details. Q. Telemetry Cable Provide a 100-foot SO cable with a Crouse Hind plug on each end for connection to the engine generator and the telemetry panel at the pump stations. Others will complete work at the pump station telemetry panels. The SO cable shall be Beldon 9422 or equal. The plug on each end of the cable shall be Crouse-Hinds Arkmate Part No. P12PSO4N1S20F or equal. The plug must be compatible with the panel mount receptacle proposed in the cable entrance enclosure. Store cable in the cable box after test verification. R. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosure shall be of manufacturer's standard color. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. S. Generator Generator shall be a revolving field, 4-pole brush less connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. Generator shall meet the following requirements: • Standby rating- 500 kilowatt • Voltage - 480/277 volts • Phase - 3 phase • Frequency - 60 Hertz • Insulation- Class H • Wiring- 12 lead reconnectable • Ambient Air Temperature - 125 degrees F (m x), -20 degrees F (min) Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degree F ambient temperature. Generator shall have a three-phase, full wave rectified exciter and be suitable for starting as listed in the Rating section of these specifications. Output waveform deviation shall be less than 0.6 line-to-line and less than 0.6 line-to-neutral per NEIVIA MG1-22.42. Telephone influence factor shall be less than 50 per NEMA MB1-22.43. T. Voltage Regulator 16-10 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Engine-generator unit shall have a steady state voltage regulator. Transient voltage dip shall not exceed 15 percent of rated voltage with a sudden application of rated load. Recovery of rated steady state conditions shall occur within two seconds following the load change. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. U. Switch Gear Provide generator switchgear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set, mounted and wired, LTL, listed, molded case thermal-magnetic type, rated 800 amps. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator over current protection. The circuit breaker outputs shall be wired to Main output terminals equipped with double lugs per phase for connection of 4/0 power cable. The main output lugs shall be mounted curbside. V. 120 Volt Convenience Outlet Provide generator with a duplex, 20 amp rated convenience outlet for use by the City when the generator is in operation. Provide circuit breakers, transformer, conduit and wiring to provide the convenience outlet. W. Power and Telemetry Entrance Enclosure Provide generator with one cable entrance box for termination of generator auxiliary power and telemetry wiring to plugs and receptacles as indicated this section. The cable entrance box shall include the following: • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the battery charger. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the engine block heater. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 7-amp, 480/250 AC/DC, 7-socket, 7-wire grounded panel mounted receptacle wired to the alarm outputs from the generator control panel. The receptacle shall be a Crouse-Hinds Arkmate Part No.R12SS0RN2X1 or equal. Socket Assignment Socket 1 - Common Socket 2 - Low Fuel Socket 3 - Ground Socket 4 - Generator Failure Socket 5 - Generator Trouble -_� 16-11 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Socket 6 - Generator Run Socket 7 - Spare Socket 8 - Spare Socket 9 - Spare Socket 10- Spare Mount the entrance enclosure on the curbside of the engine generator. The enclosure shall be a NEMA 12. The entrance enclosure shall be located within the shell of the outside weather enclosure. The entrance enclosure shall be designed and installed to allow all the cords to be connected with the enclosure doors closed and locked. X. Special Tools and Requirements A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. Include a hydrometer and two-pronged battery voltmeter. Store in the cable box. All holes where wiring passes through the body or frame shall have rubber grommet to prevent wiring from chaffing. Y. Warning Signs Provide generator with warning signs as follows: • Size of Sign: As required to fit all lettering as specified with a 1" continuous blank border around the perimeter of the sign. • Color of Sign: Red • Sign Material: Fiberglass • Color of Lettering: White • Lettering Size and Style: 2" high block for warning text, 1" high block for other text Text for Sign No. 1 WARNING OSHA APPROVED EAR PROTECTION IS REQUIRED WI"IT IIN 30 FEET OF THIS UNIT WHILE RUNNING Text for Sign No. 2 WARNING HIGH VOLTAGE - KEEP OUT AUTHORIZED PERSONNEL ONLY 16-12 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase One sign of each type shall be mounted to the front and back of the generator enclosure in a location that is readable while the enclosure doors are in the closed position. Each sign shall be attached to the generator set enclosure with adhesive approved for application. Provide a minimum of one r/-4" stainless steel bolt in each corner of the sign. Provide each screw with a lock washer and bolt for secure attachment to enclosure. Z. Spare Parts The following spare parts shall be furnished: • Three (3) sets fuel filter elements and gaskets • Three (3) lubricating oil filter elements and gaskets • Three (3) air cleaner filter elements • Three (3) complete sets of V-belts including fan and alternator drive belts A.A. Equipment Operating Manuals Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. BB. Delivery The supplier shall deliver the generator set to the field-testing site within the City of Renton. After the field-testing is complete and accepted, the generator set shall be delivered to the City of Renton shops located at 3555 NE Second Street. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated and certify to Owner its performance does meet the specifications. The fuel tank shall be delivered to the City shops completely full of fuel. CC. Factory Test Engine generator unit shall be tested at manufacturer's plant before shipment. Test shall consist of a steady load run of at least four hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. DD.Field Test Upon completion of unit installation, carry out ruining tests. Operate engine for a period of not less than three hours at 100 percent load, in which five starts of the engine 16-13 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase generator set shall be made and power supplied to motor(s) and pump(s). Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, a qualified representative of the engine manufacturer shall make final adjustments to equipment. Fuel and oil filters shall be replaced, belt drive tensions checked and the proper operation of all equipment demonstrated to Owner's representative. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. EE. Training Provide instruction to Owner's personnel on training in operation and maintenance of equipment of a four hour period. FF. Warranty The complete trailer mounted engine generator set including the engine, generator, controls, switchgear, trailer, fuel tank, sound attenuating enclosure and accessories, as provided by the single — source manufacturer, shall be warranted by the supplier against defects in materials and workmanship for a period of two years or 1500 hours of engine operation, whichever occurs first from the date of system start-up. Said coverage shall include parts, labor,travel expenses, and labor to.remove/reinstall said equipment, per the manufacturer's standard published limited warranty. There shall be no deductibles applied to said warranty. —" 16-14 Division 18 Measurement and Payment 18.1 Payment It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications. Work and material not specifically listed in the proposal, but required according to the specifications and general practice, shall be included in Supplier's bid price. A single payment will be made upon completion of delivery and successful field testing of the Apparatus. 18.2 Bid Item No. 1 - Portable Engine Generator Tested and Delivered to Site Lump sum price covers complete cost of furnishing, testing, delivering, providing training for, and warranting a trailer mounted engine generator set with fuel tank and sound attenuating enclosure as specified within this document. Payment shall be lump sum. 18-1 BILL OF MATERIALS SIMPSON POWER PRODUCTS LTD. FOR APPROVAL 11545 Kingston St.,Maple Ridge(Vancouver),B.C.,Canada,V2X 0Z5 Date: Feb-12-2001 Tel:604-4603611,Faxes:604-460-1974,Toll Free:888-291-2011 TM Website:www.simpower.com E-mail:sales@simpower,com Quote: BDO0161 WO: Rev: 15 --------------------------------------------- PROJECT: City of Renton Customer: City of Renton Public Works Dept CONTACT: JD Wilson 7th Floor, Renton City Hall 1055 S. Grady Way. Renton WA 98055 Engineer: RH2 Enaineerina, Inc CONTACT: Mark Miller 300 Simon Street SE 1-425-951-5372 Suite 5 East Wenatchee, WA 98802 East Wenatchee, WA 98802 Contractor: Simpson Power Products Ltd. CONTACT: Bill Dolliver 1-425-486-7305 Approval Status: SIMPOWER is an Approved Supplier Pages of specifications received: Drawings received: none Addenda received: 2 Quotation is: As per this Bill of Materials SIMPOWER MODEL: SP0500D3Q:S6A3-PTAS RATING: STANDBY POWER FACTOR: 0.8 KILOWATT/KVA: 500 KW/625 KVA D/C VOLTAGE: 24 VOLTS OVERLOAD: 0 % FUEL: DIESEL R.P.M: 1800 AMBIENT TEMPERATURE: 40 C (104 F) PHASE: THREE PHASE ELEVATION: 155 M (508.4 ft) A/C VOLTAGE: 277/480V FREQUENCY: 60 Hz rA Quote BD00161 Rev: 12 City of Renton Date: Feb-12-2001 Page 2 of 6 >Alternator Generator Model: SIMPOWER SG505M - Rated 505kW, 480 volts Class H insulation (superior to class F) per NEMA MG1 22.4 and CSA standards > 125 degrees C in a 40 degree C ambient > - PMG Included Automatic Voltage Regulator: Voltage regulation +/- 1%. Three phase sustained short-circuit current. Mounted in generator terminal box, c/w integral voltage adjust rheostat, Model: MITSUBISHI S6A3-PTAS * Flex fuel lines *DC Alternator and regulator *Guards for moving parts * Engine mounted, "pusher" fan 'Oil drain valve with extension > ' Flexible rubber connections Battery Cables Sufficient length for mounting battery next to genset skid, on the starter side. Skid Heavy duty welded, structural steel Governor Electric isochronous: +/- .25% steady state frequency stability Barber Colman: DYNA-8000 Block Heater > One (1) 2500 Watt, 120 VAC Heater with thermostat. Unit mounted. - Wired to a junction box, AC power by others. Two gate valves for block heater isolation, (one on either side of the block heater) Isolators Four(4) - RCA-50-2100 neoprene mounts with captive, seismic inserts Lube Oil First fill of engine manufacturer approved oil Cooling System > Radiator cooled at 122 degrees F ambient temperature. > 40/60 Antifreeze (-25 degrees C or-13 degrees F nominal) Antifreeze supplied for engine radiator capacity only. Cooling Kit - Radiator duct adapter Fuel Storage/Supply System > Sub-Base Tank > 850 U.S. Gallons Filling of fuel storage tank at completion of project by Simpower > - Double walled construction Quote BD00161 Rev: 12 City of Renton Date: Feb-12-2001 Page 3 of 6 > - UL Listed and Labeled Control Panel Model: SIMPOWER PRO 42-12 > low oil pressure & high engine temperature pre-alarms, low coolant level > Government package includes: circuit breaker tripped, circuit breaker'on' Mounted on the generator. > - High coolant temperature Features: *"Fault Reset" push button * Digital display (with back light): *AC frequency (Hz) *AC Volts *AC Amps *AC KWM *AC VARM *AC PFM * DC Volts * Running time hours * RPM *Coolant temperature * Lube oil pressure Status Indicators: *Switch "Not in Auto"............................ Amber(Steady Flashing) *"System Ready" (auto mode).................. Green (Steady Flashing) *Operational Status.............................. Green (Rapid Flashing) *"Emergency Stop" activated................... Red (Steady Flashing) *Shutdown active................................... Overview Display Programmable timing functions......................... Factory Settings * Engine Start delay (adj 0 5 min).............................. 3 seconds * Overcrank delay (adj 0-4 min)................................. 75 seconds * Low oil pressure bypass delay (adj 0-255 sec)........... 10 seconds *Cooldown timer(adj 0-255)..................................... 5 minutes *Cycle crank (adj 0-30 sec)...................................... 3 of 15 sec Alarm Annunciation -Digital Display * Low oil pressure............................................ Shutdown *High engine temperature.................................. Shutdown * Overspeed.................................................... Shutdown *Overcrank (fail to start).................................. Shutdown * Low battery voltage........................................ Alarm * Low fuel level................................................Alarm * Low engine temperature...................................Alarm * Low coolant level........................................... Shutdown * High engine temperature.................................. Pre-alarm * Low oil pressure............................................ Pre-alarm * High battery voltage........................................Alarm > + Short circuit..................................................... Shutdown Quote BD00161 Rev: 12 City of Renton Date: Feb-12-2001 Page 4 of 6 > *Over voltage.................................................... Shutdown > * Under voltage.................................................. Shutdown > *Under frequency............................................. Alarm > + Oil pressure sender failure ............................. Alarm > * "Emergency stop" pushbutton and light > * Weak battery .............................................. Alarm Annunciators/Miscellaneous Features: * Unit fail contact (10 amp) form C * Unit run contact (10 amp) form C > * Relay expansion module (16 point) for individual fault output Battery Charger Features: -Automatic float and equalize - Completely solid state - On/Off switch with light - LED indication of equalize mode Unit mounted > Rated: 10 amps, 24 volts > -Ammeter > + Voltmeter > + AC supply failure alarm light with contact Muffler > 8 inch Residential, side inlet, end outlet - Condensation drain and plug Flexible Connection Corrugated, stainless steel, flexible connection Circuit Breaker > Type- Moulded case Frame size 800amps, 480 Volts, set mounted > 3 Phase, 3 Pole > Trip-thermal magnetic, 800 amp Transfer Switch Not Included Battery Two (2) 8D-1100 (210 amp hr) batteries, c/w jumper cables Battery Racks One (1) double 8D- Painted steel >Enclosure System > Deluxe Sound Attenuated Enclosure Sound level: 90dba @ 7meters > -6 Liftout type lockable doors c/w stainless steel hinges& locks. > - Rain shield for exhaust system in roof. > - Weatherstripping on all doors and door stops. > - Four lifting ears on enclosure skid > - Control panel veiwing window (24"x 16") Quote BDO0161 Rev: 12 City of Renton Date: Feb-12-2001 Page 5 of 6 Enclosure Electrical -Alarm Contracts.to Telemetry, Telemetry Cable and Power Telemetry Entrance Enclosure As per Spec's Unit Color Generator colour: SIMPOWER blue 500ml (1/2 litre)touch-up paint >Labels Two warning signs as per text mentioned in spec's. Two (2) decals "MADE IN CANADA" SIMPOWER Identification International Union of Operating Engineers CSA Approval CSA C282 Preventative Maintenance warning Two (2) decals"Danger unit may start automatically" >Trailer > One (1) double axle trailer > Air brakes c/w glad hands with brackets. > Full trailer lights. > Convenience outlet, on a separate circuit, with 120 volt recptacles. Factory Testing Simpson Power Factory Test > Four(4) hours at 100% load -At unity power factor > - Strip chart recording >Tools &Spare Parts > Standard tool kit > Spares Spare parts as per spec's Operating and Maintenance Manuals. > Three SIMPOWER standard, English only One installation manual shipped with the unit. Field Start-up > One site visit allowed. Test using portable load bank, access within 50 feet > Additional visits at extra cost. >Training Training in operation and maintenance of equipment after load testing of the Genset >Outgoing Freight > FOB destination, freight allowed to jobsite perimeter, offloading by > others, based on one single shipment. After field testing the Genset shall be delivered to the City of Renton shops located 3555NE second street. Packing > Pallet/Poly protection Warranty > Earlier of 24 months after field start-up or 30 months after shipment Quote BD00161 Rev: 12 City of Renton Date: Feb-12-2001 Page 6 of 6 > date or 2000 hours of operation A. EXCLUSIONS: > Field Installation Item: Fuel Other Exclusions: As outlined in the Bill of Materials B. CONDITIONS: - Standard Conditions of Sale apply, copy available upon request. - Prices are in U.S. funds. - Quotation is valid for thirty (30) days from date of issue. - Purchase Order will not be processed unless accompanied by a firm 'Request for Delivery'date. This date cannot be altered after Purchase Order placed, unless agreed to in writing. - Supply scope limited to this Bill of Materials. Payment terms: - NET 30 DAYS (on approved credit), for Canadian / U.S. customers. C. NOTES: -Delivery: Tested and delivered within 90 calendar days after approval of all shop drawings and submittals -All meters are digital Approved by: Quote prepared by: Sudhakar (Sudhi) Rao MANAGER,CONTRACTS&QUOTATIONS Q It • Ives up t our name . And yours . It's the new and improved MAGNAMAXDVR®from C.DIGITAL VOLTAGE REGULATOR. Completely Marathon Electric. The first American-made generator encapsulated for reliable performance in all environ- line offering a permanent magnet generator(PMG) ments. Includes digital voltage regulation for superior excitation system as standard equipment in the range accuracy 0.25% regulation,adjustable volts/hertz of 155-2370 kW, continues to lead the industry by underspeed protection, 3 phase RMS sensing, incorporating the first digital voltage regulator. Each paralleling, overexcitation,and overvoltage protection MagnaMAX°VR®features the exclusive DVR20000 as standard. A VAR-PF Controller is available as an c maintenance-free encapsulated digital voltage optional feature. regulator that provides 0.25% regulation and three D.LARGE END-MOUNTED CONDUIT BOX. phase RMS sensing, our exclusive Unirotor® Allows load connections from all sides,top or bottom, " construction, and Class H insulation. These outstand- and provides ample space for easy connection. U ing MagnaMAX°VR®features make it the ideal genera- E.EXCITER AND PMG MOUNTED IN CONDUIT for for computer and telecommunications centers, BOX. Mounted outboard of the bearing for ease of commercial buildings, hospitals, and airports. And with inspection and maintenance. the PMG excitation system,the MagnaMAX°VR®is F. NEMA CLASS H INSULATION SYSTEM. ideally suited for systems where all or part of the load Includes multiple dips and bakes of nonhygroscopic w� is non-linear. varnish with a final epoxy coat for protection against I • A top performer in every respect,the harsh environments. MagnaMAX°VR®generator is the result of intensive G.HEAVY-DUTY REGREASABLE BEARINGS. --+-- "� F product development over the past three years, and Shielded ball bearings resist contamination and give a - n r minimum B 10 life of 40 000 hours. Extended ease backed by Marathon Electric's forty-five years of 9 application and design experience in the electrical and relief fittings make bearing maintenance easy. power generation field. H.CAST ALUMINUM ALLOY VENTILATING FAN. Designed and manufactured to meet the demands High efficiency fan and internal air flow patterns of today's market,the MagnaMAX°VR®generator offers maximize heat transfer and minimize hot spot differen- _ �"'"� , you reliability,easy installation and servicing, and top tials for longer winding life. notch performance against static and transient loads, I. FULLY GUARDED FOR OPERATOR SAFETY r ' and heavy motor starting loads. AND GENERATOR PROTECTION. No exposed r � State-of-the-art MagnaMAX°VR®features are setting laminations or live parts. All openings are covered by new performance and reliability standards for the louvers or screens. ' power generation industry. J. OPTIMIZED WINDINGS. Optimized generator -� � na Ma MAX°VR®Product Features active material to provide low reactances and excep- tional motor starting capability. A.PERMANENT MAGNET GENERATOR(PMG) K.DESIGN SPECS AND AGENCY APPROVALS. i EXCITATION SYSTEM. Provides 300%short circuit All MagnaMAXDVR®units meet the requirements of excitation support for a minimum of 10 seconds and NEMA MG1-22, BS-5000, CSA C22.2, IEC 34-1, and - - isolates the regulator power circuit from non-linear VDE 0530. Marine versions are available to meet the - — loads requirements of American Bureau of Shipping, Lloyds, B.UNIROTOR®CONSTRUCTION. Features a Det Norske Veritas or Nippon Kaiji Kyokai. Multiple * single-piece,four pole rotor lamination, coupled with a USA Patents Applied For. die cast rotor core and ammortiseur winding. The field winding is layer wound with thermo setting epoxy for high mechanical and electrical integrity. 0 For a dependable source of high quality electrical power, specify the leader. Specify 150-2370 kW Power Range MagnaMAX°VR®, 155 kW-2370 kW. It could only be from Marathon Electric. � O MAC",,MAXDVR`K 430-740 FRAME Y OPTIONAL FOR P_ -- RTD TERMINALS OPTIONAL DRIP COVER I CONDUIT BOX O X -A- o I o D 0 0 o r I _ _ 00 H c c 1 ALL DIMENSIONS ARE APPROXIMATE.Refer • to factory for full Li-2 B4 E�BA dimensional data. A DIMENSIONS in inches or millimeters ` t ax Frame A B BA C D E 2 F H P X Y Net Wgt. Size lbs. (kg) / 431 21.00 10.00 10.00 38.40 22.64 9.00 6.00 13.00 26.51 40.15 15.21 1430 ► / c (533) (254) (254) (975) (575) (229) (152) (330) (673) (1020) (386) (644) ► _ 432 21.00 10.00 10.00 43.40 22.64 9.00 6.00 13.00 26.51 40.15 15.21 1830 (533) (254) (254) (1102) (575) (229) (152) (330) (673) (1020) (386) (824) / 433 21.00 15.00 10.00 49.50 22.64 9.00 11.00 13.00 26.51 40.15 15.21 2635 0 0 1� / (533) (381) (254) (1255) (575) (229) (279) (330) (673) (1020) (386) (1187) 572 22.50 15.00 11.50 51.52 27.64 10.00 11.00 15.50 30.77 42.91 17.21 3050 ► (572) (381) (292) (1309) (702) (254) (279) (394) (782) (1090) (437) (1373) ' ► 573 22.50 24.00 11.50 58.02 27.64 10.00 20.00 15.50 30.77 42.91 17.21 3880 / (572) (610) (292) (1474) (702) (254) (508) (394) (782) (1090) 1 (437) (1746) 574 22.50 24.00 11.50 65.02 27.64 10.00 20.00 15.50 30.77 42.91 17.21 4050 zx. (572) (610) (292) (1652) (702) (254) (508) (394) (782) (1090) (437) (1823) 575 22.50 24.00 11.50 74.37 27.64 10.00 20.00 15.50 1 30.77 42.91 19.21 5000 1 -. w.,_.,......,., (572) (610) (292) (1889) (702) (254) (508) (394) (782) (1090) (488) (2252) 740 33.00 27.00 12.00 76.46 27.64 15.00 23.00 19.00 30.77 46.36 19.21 5200 (838) (686) (305) (1942) (702) (381) (584) (483) (782) (1178) (488) (2340) 741 33.00 27.00 12.00 65.81 34.21 15.00 23.00 19.00 38.02 51.31 21.24 5600 0 The Generator (838) (686) (305) (1672) (869) (381) (584) (483) (966) (1303) (540) (2520) 742 33.00 27.00 12.00 72.81 34.21 15.00 23.00 19.00 38.02 51.31 21.24 6900 (838) (686) (305) (1849) (869) (381) (584) (483) (966) (1303) (540) (3015) For The 21st Century 743 33.00 41.00 12.00 79.31 34.21 15.00 37.00 19.00 38.02 51.31 21.24 8200 (838) (1041) (305) (2015) (869) (381) (940) (483) (966) (1303) (540) (3690) 744 33.00 41.00 12.00 85.81 34.21 15.00 37.00 19.00 38.02 51.31 21.24 8300 (838) (1041) (305) (2180) (869) (381) (940) (483) (966) (1303) (540) (3735) Marathon Electric Mfg. Corp. R; 100 E. Randolph Street A JUNARAYMN P.O. Box 8003 ®ELECT ON �► E LE CTF7■C Wausau,Wisconsin 54402-8003 ® .- Phone: (715) 67 C • • Telex: 260175 MEE WAS Fax: (715) 675-7290 MDO�� I� MDO � J✓ ® This brochure is printed on recycled paper because { Marathon Electric shares in the concern for our environment. � r 'J • � ` S8370 3/95 Printed in U.S.A. MDW MDW ��D / - --_ _----_ s �� MD ... ,r/ MAGNA,MAX DIM 50 Hertz kVA Ratings Low Voltage, 3 Phase, 1500 RPM, 0.8 Power Factor Ratings, 40'C Ambient kVA kVA CONTINUOUS DUTYOO kVA STANDBY DUTYOO Model Class F 105'C Class H 125'C Class F 130'C Class H 150'C Leads Number 415Y/208 380Y/190Y 415Y/208Y 380Y/190Y 415Y/208Y 380Y/190Y 415Y/208Y 380Y/190Y 431RSL4005 136 141 145 149 148 150 151 159 12 431RSL4007 155 159 164 168 168 170 173 180 12 432RSL4009 189 208 203 219 206 223 214 224 12 432RSL4011 208 218 221 231 225 235 234 243 12 432RSL4013 231 233 244 244 250 250 255 254 12 432RSL4015 253 276 275 294 279 300 290 300 12 432RSL4017 258 281 278 298 283 303 294 314 12 433RSL4019 338 356 363 375 363 375 394 406 12 433RSL4021 366 369 394 394 400 400 413 425 12 572RSL4024 413 469 444 500 456 500 475 506 10 572RSL4027 469 475 500 500 513 513 531 544 12 572RSL4028 500 550 531 588 544 594 563 600 10 572RSL4030 550 563 581 600 600 613 625 644 10 573RSL4032 650 700 700 750 713 756 738 775 10 573RSL4034 669 738 713 781 731 800 1 756 819 10 574RSL4036 731 769 788 819 800 831 838 888 10 THE FOLLOWING 4 LEAD/BUSBAR GENERATORS ARE SINGLE VOTLAGE 380Y-415Y VOLTS ONLY 574RSL4038 825 831 888 888 906 900 938 956 4 575RSL4044 963 963 963 1031 1025 1056 1056 1138 4 Bars 74ORSL4046 1106 1125 1156 1181 1219 1219 1275 1300 4 Bars 742RSL4048 1131 1181 1219 1250 1219 1263 1300 1336 4 Bars 743RSL4050 1438 1363 1538 I 1463 1538 1500 1638 1563 4 Bars 743RSL4052 1500 1650 1600 1 1775 1600 1775 1725 1850 4 Bars 744RSL4054 1725 1750 1875 1875 1875 1913 2013 1988 4 Bars 744RSL4058 2038 2013 2225 1 2150 2288 2188 2400 2337 4 Bars FORM WOUND COIL DESIGNS-4 BUS BAR SINGLE VOLTAGE 380Y-415Y VOLTS ONLY 744FSL4060 1425 1450 t550 1563 1550 1563 1650 1650 4 Bars 744FSL4062 1750 1725 1900 1875 1900 1875 2025 1963 F4 Bars Medium Voltage, 3 Phase, 1500 RPM, 0.8 Power Factor Ratings, 40°C Ambient, 6 Leads kVA RATINGS AT 3300Y VOLTS 10 (D Continuous 105'C, 130'C and Model Class F Class H Leads Standby 125'C, 150'C ratings Number CONT. 105°C STBY 130°C CONT.125°C STBY 150'C ©© are based upon NEMA rise by 573FSM4352 425 469 456 488 6 resistance. © 10 or 12 lead machines are dual 573FSM4354 475 531 519 550 6 voltage(190/380 or 208/415). ` 574FSM4356 625 681 663 706 s 6 © 4 lead or bus bar machines are 574FSM4358 731 806 788 838 6 single voltage(380 or 415). 741FS M4360 913 981 981 1038 6 742FS M4364 1156 1250 1250 1325 6 742FS M4366 1400 1500 1500 1600 6 743FS M 4368 1550 1675 1675 1788 6 743FS M4370 1750 1900 1900 2050 6 744FS M 4374 1788 2000 2000 2125 6 ®�NIAI�ON G r AND RUNS. AND RUNS. t; DVR° MAGNA,MAX 430-740 FRAME 60 Hertz KW Ratings Low Voltage, 3 Phase, 1800 RPM, 0.8 Power Factor, 40°C Ambient KW kW CONTINUOUS DUTY(1) kW STANDBY DUTYOO Model Class F 105`C Class H 125°C Class F 130'C Class H 150`C Leads Number 480Y/240Y 416Y/208Y 480Y/240Y 416Y/208Y 480Y/240Y 416Y/208Y 480Y/240Y 416Y/208Y 431RSL4005 145 132 154 138 155 138 160 138 12 431RSL4007 165 150 175 160 175 160 185 168 12 432RSL4009 203 187 215 200 215 200 226 200 12 432RSL4011 221 207 231 219 231 221 250 221 12 432R SL4013 235 219 250 231 250 235 263 250 12 432R SL4015 275 262 285 262 285 262 300 262 12 432R SL4017 275 275 292 287 300 287 310 310 12 433R SL4019 350 325 375 350 375 350 415 360 12 433RSL4021 380 345 405 365 405 370 440 395 12 572RSL4024 450 435 475 440 475 440 505 450 10 572RSL4027 500 445 515 470 515 475 560 505 12 572RSL4028 535 510 560 525 560 525 610 535 10 572RSL4030 575 525 600 555 600 565 645 600 10 573RSL4032 680 650 700 685 700 700 765 725 10 573RSL4034 710 680 750 720 750 725 810 725 10 574PSL4036 800 725 825 770 825 785 900 825 10 THE FOLLOWING 4 LEAD/BUS BAR GENERATORS ARE SINGLE VOLTAGE 416Y-480Y ONLY 574RSL4038 860 770 915 820 920 835 970 885 4 575RSL4044 975 890 1050 950 1060 975 1130 1040 4 Bars 740RSL4046 1120 1020 1200 logo 1230 1110 1250 1180 4 Bars 742RSL4048 1200 1100 1260 1160 1300 1180 1300 1210 4 Bars 743RSL4050 1430 1270 1500 1340 1500 1370 1520 1410 4 Bars 743RSL4052 1600 1610 1700 1610 1750 1610 1750 1620 4 Bars 744RSL4054 1850 1680 1960 1800 2000 1840 2000 1840 4 Bars 744RSL4058 2110 --- 2270 --- 2320 --- 2370 --- 4 Bars FORM WOUND COIL DESIGNS-4 BUS BAR SINGLE VOLTAGE 416Y-480Y VOLTS ONLY 744FSL4060 1430 1380 1500 1440 1500 1440 1500 1440 4 Bars 744FSL4062 1800 1750 1900 1830 1900 1830 1900 1830 4 Bars Medium Voltage, 3 Phase, 1800 RPM, 0.8 Power Factor, 40'C Ambient, 6 Leads kW RATINGS AT 4160Y VOLTS OO Continuous 105'C, 130'C and Model Class F Class H Leads Standby 125'C, 150'C ratings Number CONT. 105`C STBY 130°C CONT.125°C STBY 150°C ®© are based upon NEMA rise by 573FSM4352 400 415 415 460 6 resistance. (9) 10 or 12 lead machines are dual 573FSM4354 450 500 500 530 6 voltage(208/416 or 240/480). 574FSM4356 600 625 625 700 6 (a 4 lead or bus bar machines are 574FSM4358 710 760 760 840 6 single voltage(416 or 480). 741FSM4360 900 925 925 930 6 742FS M4364 1120 1200 1200 1200 6 742FSM4366 1360 1450 1450 1450 6 743FSM4368 1521 1600 1600 1610 6 743FS M4370 1680 1800 1800 1800 6 744FS M 4374 1750 1975 1975 2000 6 ®EMA�ON AND RUhb. AND RUNS. 4 AND W �9 MAGNAil AXDVR GENERATORS Section 6000 Page 37 Basic Model 572RSL4024,572RSL4025 Test Report No. H-SG570078 Date: 6-1-92 Supersedes: Section 6000 TYPICAL SUBMITTAL DATA Page 37 Date: 11-11-91 Kilowatt ratings at 1800 RPM 60 Hertz 10, 12 Leads kW(kVA) 3 Phase 0.8 Power Factor Dripproof or Open Encosure Class B Class F Class H 105°COO 125°CM 80°C 10 90°CT 95°CO British 105°CCU 130°COO British 1250 CT 150°COO Voltage* Continuous Lloyds ABS Standard Continuous Standby Standard Continuous Standby 240/480 380(475) 415 (519) 430(538) 450(563) 450(563) 475(594) 460(575) 475 (594) 505 (631) 230/460 400(500) 430(538) 445(556) 470(588) 470 (588) 485(606) 485(606) 485 (606) 490 (613) 220/440 400 (500) 425(531) 420(525) 455(569) 455(569) 465 (581) 465 (581) 465 (581) 465 (581) . 208/416 385 (481) 405(506) 400(500) 435 (544) 435(544) 440 (550) 440 (550) 440 (550) 450(563) 190/380 350 (438) 370(463) 370(463) 400(500) 400(500) 400 (500) 400 (500) 400 (500) 400 (500) OO Rise by resistance method,Mil-Std-705,Method 680.1b. M Rating per BS 5000. Submittal Data: 240/480 Volts*,594 kVA, 1800 RPM,60Hz,3 Phase Mil-Std-70513 Mil-Std-70513 Method Description Value Method Description Value 301.1b Insulation Resistance >1.5 Meg 505.3b Overspeed 2250 RPM 302.1a Hi Potential Test 507.1c Phase Sequence CCW-ODE ABC Main Stator 2000 Volts 508.1 c Voltage Balance, L-L or L-N 0.2% Main Rotor 1500 Volts 601.4a L-L Harmonic Max.Total 5.0% Exciter Stator 1500 Volts (Distortion Factor) Exciter Rotor 1500 Volts 601.4a L-L Harmonic Max. Single 3.0% PMG Stator 1500 Volts 601.1 c Deviation Factor 5.0% 401.1a Stator Resistance, Line to - TIF(1960 Weightings) <50 Line, High Wye Connection 0.0132 Ohms 625.1c Mechanical Strength (High Wye Rotor Resistance 0.376 Ohms Connection, Sustained 3 Phase Exciter Stator 23.00 Ohms Short Circuit Current) >300% Exciter Rotor 0.045 Ohms 652.1 a Shaft Current <.1 ma PMG Stator 2.10 Ohms - Main Stator Capacitance to 410.1a No Load Exciter Field Amps Ground 0.019 mfd at 480 V L-L 0.70 A DC 420.1a Short Circuit Ratio 0.547 Additional Prototype Mil-Std Methods 421.1a Xd Synchronous Reactance 3.050 pu are Available on Request. 422.1a X2 Negative Sequence - Generator Frame 571 Reactance 0.234 pu - Type Brushless 423.1a XO Zero Sequence Reactance 0.056 pu - Insulation Class H 425.1a X'd Transient Reactance 0.176 pu - Coupling Flexible 426.1a X"d Subtransient Reactance 0.148 pu - Amortisseur Windings Full - Xq Ouadrature Synchronous - Cooling Air Volume 1550 CFM Reactance 1.140 pu 427.1a T'd Transient Short Circuit - Exciter Rotating Time Constant 0.121 sec. - Voltage Regulator DVR2000 428.1a T"d Subtransient Short Circuit - Voltage Regulation 1/4% Time Constant 0.012 sec. - Sensing 1 or 3 Phase 430.1a T'do Transient Open Circuit Time Constant 1.77 sec. 432.1a Ta Short Circuit Time Constant of Armature Winding 0.021 sec. *Voltage refers to wye(star)connection,unless otherwise specified. e Prices and data subject to change without notice. ®E LE C"TR■C Printed in U.S.A. P.O.Box 8003 Wausau,WI 54402.8003 Ph:715-675.3311 TWX:910-281.1521 Fax:715-675-7290 Telex:260175 ME WAU Section 6000 MAGNAM"DVR GENERATORS Page 38 Date: 11-11-91 Basic Model 572RSL4024,572RSL4025 Test Report No. H-SG570078 TYPICAL DYNAMIC CHARACTERISTICS 60 HERTZ ., 1.00 3 240V DELTA ... .. .... ., _, _ y d 1.00 208/416V o a �d dE E oc._ ' ¢ _ 240/480V H s 0 0 : LOAD APPLICATION LOAD REJECTION 30 240V DELTA a 0 240V DELTA _ 0 20 208/416V 2 4 2, tm y 20 8 416 k � c s ............... 240/480V _ B 240/480V 10 € j 1 ., I . ° a e € i..... Y.. , 0 250 500 750 1000 0 250 500 750 1000 kW at 0.8 Power Factor kW at 0.8 Power Factor TYPICAL MOTOR STARTING CHARACTERISTICS 40 «, : . ..._ .- 240V DELTA 208/416V 30 240/480V k � b a . ? ...... ? t� d ...f {. .t. .. W 20. ... :.. .. .v. - ... _e .: ..i....: .. :.. ... :... ... -. ... 10 .. ........ .... 2 E 0 500 1000 1500 2000 2500 Locked Rotor kVA TYPICAL GENERATOR EFFICIENCY >. 416V 480V . 95% 95/ d c d i P W 3 - .. .... W ..4 30.890% 90'/ k.. � .:. t. ;..0.8 f , P : o� � s ; i ; ) i 85/o 85/ L 0 250w 500 750 1000 0 250 500 750 1000 kW Output kW Output Voltage refers to wye(star)connection,unless otherwise specified. 0 ®E L-E CT'F't■or—, Prices and data subject to change without notice. P.O.Box 8003 Wausau,WI 54402.8003 Printed in U.S.A. Ph:715-675.3311 TWX:910.281.1521 Fax:715-675-7290 Telex:260175 ME WAU r 1 - J0__ oISO's 9002 ` ��++ STANDARD GENERATOR SET PACKAGE ENGINE SIMPOWER MICRO PRO 1 GENSET CONTROLLER Jacket Water Pump Air Cleaner(Dry Type) Lube Oil Pump,gear driven Standard Engine Controls: Optional Capabilities: Alternator, Battery Charging Muffler, Residential Auto/Manual Start-Stop Autosynch up to 8 units Base, Structural Steel Radiator(mounted) Off/ReseUAuto Selector Switch RS232 Remote Monitoring features Battery Charger Shut-off Solenoid(energized to run) Shutdowns for HWT, LOP,OS/OC Individual Phase Condition Readout Battery Cables and Battery Starter, Electric Battery Voltage Monitoring Multiple Monotoring features including: Block Heater Turbocharger Alarms for Low Battery Voltage Generator%Harmonic Distortion Crankcase Vibration Isolators, pad type Low Coolant Level Phase Rotation Status Cooler, Lube Oil Low Engine Temp Transfer Switch (ATS)and Exhaust Flange with Flex section GENERATOR Low Fuel Level Utility Operation Filters, Fuel&Oil Brushless, Synchronous Standard General Logic and Status Load Management Flex Fuel Lines Insulation Tropicalized Controls/Monitoring: Flywheel (SAE)& Housing (SAE) Regulator,Adjustable Volts Per Hertz Menu Driven Digital Display Governor, Mechanical Voltage Adjust Rheostat Ammeter,Voltmeter, kWM, kVAM OPTIONAL EQUIPMENT ENGINE Air Starter Electronic Govenor ELECTRICAL & SWITCHGEAR EQUIPMENT Heat Exchanger Cooling Paralleling/Synchronization Automatic Transfer Switch Remote Radiator Remote Annunciator Circuit Breaker Remote Communication System GENERATOR with RS232 Ports and Modem Dual Standby Systems Paralleling Options/Accessories Paralleling Systems Power Control Centres Space Heater ENCLOSURE Synchronization with Utility Oversize Duty Options Aluminum ISO Container CONTROL PANEL Motorized Louvres TRAILER/VEHICULAR SYSTEM Analog Readout, Frequency Sheet Metal Cogeneration with Utility Sound Attenuation CUSTOM FUEL SYSTEM, TRANS- Data Logging Seismic Isolators FER SYSTEMS, UL TANKS MODEL HERTZ VOLTAGES PHASE STANDBY RATINGS SP0500D3Q:S6A3-PTA 60 120/208, 3 500 kW/625 kVA @ 0.8 p' 277/480, 347/600 SP040OD3X-S6A3-PTA 50 220/380,230/400 3 400 kW/500 kVA @ 0.8 pf 240/415 STANDBY RATING - Continuous output available with varying load for the duration of the interruption of normal power service. For Prime Power or Unlimited Running Time Rating at variable load, see detailed specification sheets. Consult factory for Base Load (continuous) application with no load variation or for special voltages. GENERATOR ENGINE •Type-Brushless, Revolving Field, Solid State Exciter •Type-Water-cooled Diesel,4 Cycle,6 Cylinder •Construction-Single Bearing, Direct Coupled, and Self-Lubricated •Model S6A3-PTA rugged MITSUBISHI Heavy duty Diesel •Insulation-Class H with Special Coating for High Humidity and Anti-abrasion •Piston Displacement- 18.6 litre(1132 cu.in.) •Enclosure IP-21 •Compression Ratio- 14.5:1 •Overspeed Capability, 125%for 5 minutes(per NEMA) •Bore&Stroke- 150 mm(5.91 in.)x 175 mm (6.89 in.) •Generator Mounted AVR, Vibration Isolated •Lubrication Oil Capacity-80 Litre(21.1 US gal.) •Three Phase Sustained Short-circuit,300%for 10 secs. •24 Volt Electric Start with Engine Driven Alternator •Voltage Regulation,t 0.5%steady state •Isochronous Governor, t 0.25%Barber Colman Electronic •Adjustable Volts per Hertz,for Torque Matching to Diesel CONTROL PANEL for Full Load Pickup •Generator Mounted,facing rear •TIF less than 50(Telephone influence factor) •Drip Visor •THD less than 5%,2/3 pitch stator windings •EEMAC 2 Enclosure •Vibration Isolated t HERTZ FUEL CONSUMPTION EXHAUST BACK PRESSURE COMBUSTION AIR COOLANT FAN AIR FLOW (100%Load) (Maximum Allowance) (Inlet Flow Rate) (Maximum at Rated Speed) 60 127 Uhr (34 USG/hr) 600 mm (23.6 in)H2O 46 M3/min (1,632 CFM) 720 M3/min (25,423 CFM' 50 110 L/hr (29.0 USG/hr) 600 mm (23.6 in)H2O 38 M3/min (1,342 CFM) 540 M3/min (19,067 CF NOTES O ALL DIMENSIONS ARE IN inches [mm] O OVERALL SHIPPING DIMENSIONS MARKED WITH A.(•) O APPROX.UNIT DRY WEIGHT IN Ibs[kg]:7400 (3370] 0 GENERATOR SET TO BE LIFTED BY UIFTING GUSSET OF GENSET FRAME ONLY. 13 7/8 [3531 i 41 1/4 (1048) F—B"0 zi2" LONG DESIG. COMPONENT W/ 8" 125 LB ANSI FLANGE AC AIR CLEANER BC BATTERY CABLE DA LP BH BLOCK HEATER o A 10 CP CONTROL PANEL o DA DUCT ADAPTOR u \ I � 'J ro DE DIESEL ENGINE a 39 [990] FIR /f5 \ EF EXHAUST FLEX o 0 FR FUEL RETURN t� 7 FS FUEL SUPPLY GF GENSET FRAME --I FR OD N LL LIFTING LUG VI V1 I OD OIL DRAIN C/W 1' 11 16"0 31 [788] VALVE & PLUG z24 9/16 FOR VI RA RADIATOR (623J I 4 HOLES 56 5/16 [14301 16 7/16 [418J u� SC SIMPOWER GENERATOR 1 41 3/8 [1051] 1( [2567] VI VIBRATION ISOLATOR 46 (1168] 112 [2845] '130 1/8 [33051 Specifications subject to change without notice. SP113 Printed in Cana 3 DEALER/BRANCH: S/MPOWEI�TM inc. 11545 Kingston St.,Maple Ridge(Vancouver),B.C.,Canada,V2X OZ5 Tel:604-460-3611 Faxes:604-460-1974,Toll Free:888-291-2011 TM Website:www.simpower.com E-mail:sales@simpower.com 550 KW DIESEL S/MP0INER S6A3-PTAS ENGINE ENGINEERING DATA ITEM UNIT STAND-BY POWER Engine Speed rpm 1800 Brake Horsepower without fan HP (kW) 779 (581) Mean Piston Speed m/s (ft./min.) 10.5 (2067) Maximum Regenerative Power Absorption Capacity Hp (kW) 73 (54) Intake Air Flow m3/min. (CFM) 44 (1554) Exhaust Gas Flow m3/min. (CFM) 117 (4131) Coolant Flow liter/min. (U.S. GPM) 650 (172) Cooling Air Flow (Std. Fan) m3/min. 720 (25,423) Fan Horsepower Included HP (kW) 27 (20) (Std. Fan) Radiated Heat to Ambient Kcal/hr. (BTU/min.) 33,407 (2209) Heat Rejection to Coolant Kcal/hr. (BTU/min.) 278,394 (18,410) Heat Rejection to Exhaust Kcal/hr. (BTU/min.) 362,919 (24,000) Fuel Consumption Full Load 142 (38) Litres/Hr. (US Gal/Hr.) 3/4 Load 87 (23) 1/2 Load 64 (17) 1. Power ratings include these standard accessories: air cleaner, inlet/exhaust manifold, fuel system, oil pump, water pump, cooling fan and alternator. 2. The stand-by power rating is applicable for supplying emergency electric power. No overload allowed. 3. The power rating conforms with SAE J1349 and DIN 6270B. SAE J1349 standard conditions are: Altitude: 500 Ft. (29.31 ins. (744 mm) Hg), dry barometer; Ambient temperature: 770E (250C); Vapor pressure: 0.30 in. (7.6 mm) Hg. 4. Fuel consumption is based on No. 2 diesel fuel having a specific gravity of 7.00 Ibs/gal. (0.84 kg/liter). 5. Deration is not required for engine operation up to 5000 ft. (1500 m) altitude. Consult engineering department for operation above 5000 ft. (1 500 m) altitude. 6. Ratings are certified with +/- 5%. 7. This information is subject to change without notice. S6A3-PTA.LIT MaUtDisk November 10.1994 NMI- Product InFormation DYNA , Power Controls a Siebe company DYNA 8000 GOVERNOR SYSTEM -� General tr i3 The DYNA 8000 system will provide an engine governor for speed and power control of piston and gas turbine engines or = steam and water turbines. ' The actuator is basically a simple,proportional,electric sole- noid having a sliding armature whose magnetic force is pro- portional to input coil current. Balanced between the force of .. its return spring and the magnetic force,the armature glides on anti-friction bearings, providing a hysteresis-free linear _ •- - r= movement.Linear motion is converted to an output shaft rota- s tion by a be!I crank. Available Models: •Typical Applications Actuators:DYNC-11020-000-0-12 Standard Clockwise • Speed governing • Generator sets DYNC-11020-000-0-24 Output Shaft Rotation • Remote throttle control • Power carts DYNC-1 1 024-000-0-1 2 Standard Counter Clockwise •Test stand throttle control • Pump sets DYNC-1 1 024-000-0-24 Output Shaft Rotation Specifications (Actuator) • Controllers: Speed Controllers • Operating Voltage 12 VDC or 24 VDC,± 20% Part No. Input Signal Frequency •Sealed Unit oil,water and dust tight DYN1-10652-000-0-12/24 250-1200 Hz DYN1-10653-000-0-12/24 1200-2500 Hz • Connection terminal strip DYN1-10654-000-0-12/24 2500-5000 Hz •Actuator Ambient Operating Temperature -65°F DYN1-10656-000-0-12/24 5000-9500 Hz 4111111110 (-55°C)to+255°F(+125°C) DYN1-10682-000-0-12/24 250-1200 Hz • Mechanical Vibration 5 to 500 Hz, Curve F, per Mil-Std. DYN1-10683-000-0-12124 1200-2500 Hz 810C,Method 514-2. DYN1-10684-000-0-12/24 2500-5000 Hz Specifications (Controller) DYN1-10686-000-0-12/24 5000-9500 Hz • Operating Voltages 12 VDC or 24 VDC,±20% • Input Signal Frequency • Circuit Boards are covered with a heavy conformal coat- Engine RPM x Number of Gear ing for moisture and vibration protection. Input Signal _ Teeth on Flywheel •Connection Terminal Strip Frequency in Hertz 60 Seconds • Controller Ambient Operating Temperature -40°F (-40°C)to +t 80°F(+85°C). Select your controller for the correct input signal frequency range generated by the magne;:c pickup at the maximum •Temperature Stability better than±0.5 percent over a engine operated(RPM)speed. temperature range of-40°F(-40°C)to 1670F(+75°C) DYNA 8000 Actuators •Steady State Speed Band ±0.25% Joules 1.2 •Adjustments Speed,Gain,Integral and Droop. Work Foot-Pour.cs 1.0 •Mechanical Vibration Withstands the following vibration Torque Newton-hie:ers 1.4 without failure or degraded performance: 0.06 inch double Pound-Foci 1.0 Output Rotary 3s° amplitude at 5 to 18 Hz; 1 G at 18 to 30 Hz;0.02 inch dou ble amplitude at 30 to 48 Hz;2.5 G's at 48 to 70 Hz. Weight. Kilograms 5 Pounds 11.0 Maximum Amperes @ Stall 12.5 Standard Features Current @ 12 VDC Nominal Steacv State Amperes 3.5 •All electric Maximum Amperes @ Stall 9.5 • Current @ 24 VDC Nominal Steacy State Amperes 2.5 All engine compatibility •Mounts in any position Nominal Response Time for 63%of Stroke 0.030 •Engine mounted(Actuator only) (Seconds) •High reliability due to few moving parts DYNA 8000 CONTROLLERS •Proportional actuator Output Nominal Quiescent Current 80 ma Current •No hydraulic or oil line @ 12 VDC Maximum Amperes @ Stall 13 amps •No special maintenance Output Nominal Quiescent Current 80 ma Current •Spring returns output shaft to minimum position on I @ 24 VDC Maximum Amperes @ Stall 13 amps removal of power or loss of magnetic pickup signal Weight Kilograms 0.863 •Precise repeatability Pounds 1.9 DIMENSIONS - DYNA 8000 CONTROLLER e 5.56±.2 CAUTION 146.3 1.0 1.219 3.0081 [5.70=.0401 5.56=.a As a safety measure, Barber-Colman Company ® 0.6[.o2a]p [134.9 3121 BSC 1.219=.0161 recommends that ail engines and turbines be equipped with an independent overspeed shut- q f � s!-ON-aese� a a irF down device. SI s a,.�ACT 101.6 NOTE s:-o.-ewo•a ( r.•. [4.0001 cniman vitex ® BSC Barber-Colman believes that all information provided eoc](lolio.IL us► ,..® 112.7=1.0 herein is correct and reliable and reserves the right to ems! [4.a37 3.0401 update at any time. Barber-Colman does not assume >n!�Nr K 3.0 3.6 l ;n in K, . �, al.® any responsibility for its use unless otherwise expressly [.120=.024] t IT s r ••" undertaken. I. 19 Cable A-DYNK 44-XX(Specify Length)(90°Connector) _ _ Cable B -E26-22 (Specify Length) Irr 5.56 < Cable C-DYNZ 70-4 (Specify Length) 41.9-� Ism m a I [.2t9s.Ot6) Cable C ¢ m m , I[t.6501Max. Twisted ¢ m o I Cable A' Pair ro4.6 I m I I Cable B' •Shielded Cable-Should be purchased from �The SK Remote Speed Potentiometer can be [2.i.6 it 4 Ga. t G1`�n1 Barber coiman or customer should purchase a wired two different ways + i ; DYNT cable with a wrapped mylar supported aluminum Max. rn , t As shown by the sofa line from the viper d DC Power Magnetic toil shield with a drain w.re. the 5K Potentiometer and then connected to R Pickup -Remote Speed Potentiometer and 499K OHM Terminal 09 (No resistor required.)AqusT- tDYNt-I068X series only Pickup -DYNS 10000 aDle range is a:orox,matey r 5%at 1800 CCw RPM. -' Cable C -- SK 2. As shown by the dashed fine rrom the wiper oil Twisted r Cw the 5K Potentiometer ihrougn Resistor R and Pair # Dimensions are MM except then connected to Terminal 28.Reducing the #14 Ga. as otherwise noted. value of R increases the remote adjustabie Dimensions in[ 1 in inches soeea range DYNC Actuator INSTALLATION [740) Max.- t2751 BSC 18.1 t4431.3 5.67=.051 71 _ i5.5=/.0 3/8-36 Tooth t ] [ � `�' [.610 3.Oa] (DYNC 11020-300) Straight Serration I 99.06 BSc i 14 3 t(.551 3.OaJ I [3.900] - II• _ h Side Mounted - _ 19.1 =t Actuator �2 �--- Clockwise 13t I [Max..] 0 (4.4881 I 114 7s 921 Rotation [5.16J -+- -I - - BSC - I2.9 BsC Max. I Nameplate 8.60 3 2 Thru 47.98=.Bt I t 3 3.5 •� 76 [.339 3.008] t Ref. St2=.02 (2.992) ® 0,40 .016 (8)[1.B89 3.032 1093 .- L10.31 [ BSC a.3031 . 188 3/8-36 Tooth J7 401 Max. 1 44±1.3 1 6 3 t S ion 1 ij= t [.65=.C6J Straight Serration(DYNC 11020-000) ti - [s 67 1.0511 j 13=.s 163=.041 to 3 1 rssl =.oa1 s12. 021 Base Mounted - t I t Actuator 1092 - [4.3011 Clockwise 93 Max. I _ I 12. 2 Rotation 13661 - L 10 Nameplate - 7.47=2 II 14.5 72 (.294 3.0081 93(3.661 Max F•-J.5721 [2.8351 Thru Max. BSC ® 0.a6[.018J (4) (DYNC 11024-000)t- 13 6)Max. 7.82[3081 Mom^ Barbierr•Cofman Company Base Mounted AEROSPACE&POWER CONTROLS DIVISION Actuator DYNA Product Group Counter- 93 I t09P 1354 Cliff ordAvenue Phone:(815)877.0241 13.661 P.O.Box 2940 Telex: 4330365 clockwise Max. + 14.3011 I Loves Park,IL U.S.A. 61132-2940 I FAX: (815)877-0150 Rotation Max. i In Europe Contact: Barber-Colman GmDH Am neuen Rheinhafen 4,D-6720 Speyer,West Germany Tel. 06232-1 203, FAX:06232-12155. Telex: 467627 1431 3/8-36 Tooth [.551 =.0401 in Japan contact: Ranco Japan Ltd. Straight Serration Shiozaki Bldg.7.1.2-chome,Hirakawa-Cho,Chiyoda-Ku Tokyo 102,Japan Tel.261.4923. FAX: 264-4691, Telex:0732.2087 F-22030-5 LITHO IN U.SA. MASOM ■ • Inc. NEOPRENE MOUNTINGS Manufacturers of Vibration Control Products CAPTIVE STEEL INSERTS FOR 0• N.Valley St.Suite K SECURING EQUIPMENTTO Hauppauge, :1 • • OR I : INSTALLATIONS . . . . RBA 4% RCA St Cap Screw with NEOPRENE Standard Washer or EPDM ELEMENT CAPTIVE STEELINSERT TENSION STEEL HOUSING 6-"G" 3/32" Diameter Holes 7„ off. 17/e COMPRESSION 1 1/2" E C E i B D F A TYPE RBA and RCA DIMENSIONS(inches) SHEAR Type. A 'B. C D ;' `"` RBA 3 43/4 115,16 23 8 1 1 1/2 7/16 1/2-13UNC X 1 1/4 RCA 33/4 61/4 21/2 318 114 17/8 9/16, 5/8-11UNC X 11/4 OSHPD R•0200 Rated Load Curves (Ibs) TYPE RBA and RCA RATINGS COMPRESSION TENSION a ° 4500 Size Rated ,Rated Rated Rated R83ed Ffa e¢ (Color Duro- Capacity' Defl, Capacity-Deft Capad yDe�l Type Mark) meter (Ibs) (in) '(Ibs) (in) (Ibsj-r (n} . rG r?'S' 3750 RCA Black 30 250 0.15 200 0.12 200 0.09 1. 13.6 E Qh RBA- Green 45 525 0.15 420 0.12 420 0.09 6.5 R White 60 1 1000 0.15 1 800 0.12 800 0.09 3.4 T RBA 4050 Green 40 1400 0.15 1000 0.12 400 0.09 2.7 RCA- Red 50 2100 0.15 1500 0.12 600 0.09 1.8 C White 60 3500 0.15 2500 0.12 1000 0.09 1.1 A All Rated Capacities are based on proper neoprene loadings without metal to metal contact. � 2350 Seismic Max. G Ratings are based on metal failure under static seismic loadings as defined in the building codes. *Horizontal G Ratings are for quick reference only—Use OSHPD Rated Load Curves. 3400 3750 Specification HORIZONTAL Captive neoprene mountings shall consist of a steel housing with a captive steel insert Horizontal, Vertical and 45° plotted embedded in neoprene to prevent contact between the housing and the central threaded Ratings are California OSHPD insert. Bonded assemblies without mechanical interlocks are not acceptable. approved values having the OSHPD All mountings shall have minimum 1.0 horizontal G ratings and anchorage preapproval "R" Anchorage Preapproval Number R- numbers from the Office of Statewide Health Planning and Development (OSHPD) in the 0200. Testing and calculations were state of California, attesting to the maximum horizontal and vertical load ratings. All performed to meet OSHPD criteria. mountings shall have bolts for rigid attachment to the equipment and adequate base bolting To use approved OSHPD rated load provision.Mountings shall have a minimum static deflection of 0.15". curves: 1) Calculate Vertical and Hod- In seismic zones, submittals shall include calculations showing that the intersection of the zontal Forces on mounting including horizontal and vertical seismic loads fall below the OSHPD approved curves. Anchorages translations and overturning moments. must be designed to meet the applicable building codes.All calculations must be signed by a 2) Plot Horizontal Load vs Vertical 6197 professional engineer. Mountings shall be type RBA and RCA as manufactured by Mason Load. The point must fall within the Tm67 Industries, Inc. area below the OSHPD curve. printed in U.S.A. MICROPRO I CONTROLLER OF THE FUTURE TM II as FEATURES COMPUTER • computation, measurement, 2 paralleling, communication O O • 42 functions available � SIMPOWER O Q O Q MICROPRO 1 - - - -� • 16 digital input, 11 relay outputs, MODEM MODEM COMMUNICATOR � TELEPHONE TELEPHONE , Q Q ' 4 analogue channels JACK JACK ' TELEPHONE LINES, CEL • 36 timers, with option of 8 more COMPUTER • randomaccess, upto8genset 1 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - r - - - - ' parallel capability • unit mounted control centre o • local keyboard, local computer or remote computer keyboard p Windows compatible or MS DOS SIMPOWER GEN SET • Big screen 80 character display (up to 8 units) • 29 electrical parameters of 3 phase gensets • 3 electrical parameters of the bus/utility • 12 or 24 VDC operation with IN UNIT MOUNTED PANEL 110 to 600 VAC systems • operates transfer switch (ATS) USER • no need for synchroscope j 2 3 RESE a UTILITY ❑ ❑ ❑ Q 1111 11111111 • levels of security for protection J J �j • translation to French, Spanish and Japanese _ g ' r J EJC. • building managementE00 O O1:1 o - • S/MPOWER S/MPOWER Fir LAIL- I IFY / fmi a J Y ILLC: MICROPRO 1 CONTROLLER OF THE FUTURE MICROPRO SPECIFICATION STANDARD FEATURES Standard features offered by Simpower ALTERNATOR MEASUREMENTS • High Temp Engine Shutdown • Multiple Generator-Sets(8 max) • Security • Volts Gen Phase A ❑ High Temp Engine Prealarm - Random Access Load-Sharing - Three Password System • VOlts Gen Phase B Low Temp Engine Alarm - Load Dependent Start/Stop Sequencing Indicators • Volts Gen Phase C ❑ Low Coolant Level - Shutdown,Warning and Activity LEDs Low Fuel Level • Volts Gen Phase A-B APPLICATIONS(GENERIC CONFIGURATION) ❑ • Volts Gen Phase B-C ❑ Battery Charger Fault • Interface For PLCs MONITORING • Volts Gen Phase C-A ❑ External Overload (Ideal For Complex/Special Projects) ❑ Local Monitoring •Amps Gen Phase A FRONT PANEL - COMMUNICATOR w/RS232 Output •Amps Gen Phase B ENGINE MANAGEMENT Display 80 Characters J Remote Monitoring • •Amps Gen Phase C Preheat - 20 Col x 4 Row Characters LCD - COMMUNICATOR(RS232 Dial-Up Modem) • _ • Frequency Gen Fuel Solenoid - User translatable text,English, TECHNICAL SPECIFICATION • kW Gen Phase A Starter Crank Solenoid Optional French,Spanish,Japanese Battery Voltage • kW Gen Phase B Visual Alarm Control Fault Logging - 8V To 40V Continuous(Load-Dump Protected) • kW Gen Phase C Audible Alarm Control - Last 8 Reports(Time Recorded) Accuracy 0.5%(True RMS) • Total kW Gen APPLICATIONS(COMPLETE AUTONOMOUS Keys Fascia Panel • kW-Hour Readout CONFIGURATIONS) - Stop - Completely Sealed(IP65) J ^ RESE • P.F.Gen Phase A Single Generator-Set Alarm Mute/Reset Operating Temperature I G • P.F.Gen Phase B - Prime Power - 4 Menu Navigation Keys - -30'C to+70'C • P.F.Gen Phase C Utility Standby 10 Digit Keys Phase Inputs ENGINE MEASUREMENT - Utility Standby With Soft Transfer Parameters(Delays,Etc.) - Internally Isolated To IEEE 587 Class C • Battery Volts - Peak Shaving(a.k.a.Peak Lopping) - Field Adjustable Standards Complies With NFPA 110,ICE,CSA 282 4 5 6 • Speed RPM Cogeneration(a.k.a.Combined Heat 8 Power) - Non Volatile No Sychroscope required ._ - •Crank Attempts •CSA-NRTL/L Approved SA Ocs •Starts MICROPRO 1 SPECIFICATION vs COMPETITORS • Hourmeter 8 Engine Coolant Temperature Features offered by Simpower but NOT by our Competitors PARALLELING • V ❑ Oil Pressure • Auto Synchronizer ALTERNATOR ALARMS/SHUTDOWNS ALTERNATOR MEASUREMENTS ❑ Boost Pressure(Turbocharger) Phase&Frequency Matching - • <VA Gen Phase A ❑ DC Amps Voltage Matching ■ . • Gen Over Volts kVA Gen Phase B Check Synchronizing O • Gen Under Volts ALTERNATOR ALARMS/SHUTDOWNS • Gen Over Current kVA Gen Phase C Load Sharing ` ■ • • Gen Over Frequency • Total kVA Gen Set kW Load sharing • Gen Under Frequency • Gen High%THD(Harmonic Distortion) • kVAr Gen Phase A kVAr Load Sharing - • Gen Voltage Not Built Rotation Wrong(Illegal Gen Phase Order) • kVAr Gen Phase B • Power Export With Ramp Up/Down - • Gen Frequency Not Built kVAr Gen Phase C Gen Reverse Power kW and kvAr Export Control • Gen Loss Of Excitation ENGINE ALARM AND SHUTDOWNS Total kVAr Gen Set Control of Motorized • Loss Of Utility During Paralleling • Battery High Volts %THD Gen Phase A(Harmonic Distortion) Dead Bus Protection Mechanical/Hydraulic Governor for • Battery Low Volts %THD Gen Phase B Paralelling/Load Sharing • Engine Water Temperature Low %THD Gen Phase C ENGINE ALARM AND SHUTDOWNS (or sender fault) Volts Bus/Utility Phase A ❑ Fuel Level Low TRANSFER SWITCH(ATS)AND UTILITY • Engine Water Temperature High Frequency Utility/Mains ❑ Fuel Level High CONTACTORBREAKER MANAGEMENT - 9 G E N SET CONTROL • Oil Pressure Low %THD Bus/Mains Phase A ❑ Oil Temperature Low • Utility Failure Detection • Oil Pressure High(or sender fault) ❑ Oil Temperature High(or sender fault) Time Delayed Transfer Logic REMOTE MONITORING Speed • Phase Shift SYNCHROSCOPE In-Phase Transfer Logic * • Over S Engine Shutdown Failed P • Engine Slow Crank-Rapid Reapeat • RPM vs.Frequency Mismatch AUXILIARY CHANNELS • Voltage Match Building Management-Remote Monitoring - -p * PROTECTION/A LA R M • Engine Over Crank • Frequency Hz Slip ENGINE MANAGEMENT 8 Input❑ • Oil Pressure Not Built • Control Relays(10A Contacts) 32 Ouput ENGINE MEASUREMENT Lubrication Pump Control ❑ MEASUREMENT ENGINE(CONTACT INPUTS) ❑ Fuel Level ❑ Consult Factory for Details � � • Remote Emergency Stop J Oil Temperature Set Running Indication • Low Oil Pressure Shutdown POWER EXPORT ❑ Low Oil Pressure Prealarm � o 7 OPTIONAL DEALER: • LOAD SHARING/ PEAK SHAVING • AUTO SYNCHRONIZER, PARALLELING Specifications subject to change without notice. SP024 Printed in Canada 5/ 11545 Kingston St., Maple Ridge (Vancouver), B.C.. Canada. V2X OZ5 9002 614 4•1 • • :11 :•1 •11 (Ontario • 614 ••1 • • • 1 GS CIGENTEC INC 1 4511 Dobrin, St. Laurent, Quebec, Canada H4R 21-8 —Tel.: +1 (514) 745-7550 — Fax: +1 (514) 745-7553 MS ram_ AUTOMATIC BATTERY CHARGERS ' with auto equalize & low battery alarm 3 12 OR 24 VOLTS CIGENTEC �� I CIGENTEC Chargers are made in Canada and TYPE CG-SM are of proven reliability under widely varying _ service and climatic conditions. --3 Suitable for diesel, marine and other stationary ' battery charging applications. _ f CG-SM & CB-SM models are assembled in a cabinet suitable for WALL MOUNTING. TYPE CG-SP CG-SP & CB-SP models are assembled on an ................. open chassis suitable for mounting over a cut-out • Fully Electronic with no mechanical parts; I in a CUBICLE door. • Factory adjusted for Lead Batteries; i • Factory adjusted to any voltage on request; I I • Suitable for all types of rechargeable batteries; Type CG-SM and CG-SP chargers are built with • Can remain on line during engine cranking; Electronic Output control, Automatic FLOAT/ 0Electronically limits Output current to a preset maximum 1 even during a continued short-circuit; j EQUALIZE selection with manual overide, Low • Current tapers automatically as the Battery recharges; Battery voltage alarm with time delay, and • Provides exact trickle current required to maintain battery fully charged; reverse polarity protection and indication. � • Automatic FLOAT/EQUALIZE selection, as required by the battery; Type CB-SM and CB-SP have a DC Fail alarm • Manual overide switch to select "AUTO" or "EQUALIZE' with time delay in addition. or"FLOAT"mode; i y • Reverse polarity indicating LED; • Low Battery Voltage alarm with time delay to avoid -nuisance"alarms during heavy loads of short duration; The normal delivery lead time for these Chargers • DC failure alarm to indicate lost or abnormal output(type I is from stock to one week. Spares are normally CB only); available within 48 hours. Each Charger includes • Dry form "C" contacts for alarm transmission on Low f Battery Volts on types CG &CB, and on DC fail on type an instruction manual c/w drawings and parts list, CB only; and is individually packed in a specially designed • No taps needed for adjustment of Input or Output; box. • Will operate in wide range of ambient temperatures and �'. humidity. PRINTED IN CANADA 02-4361E-1 ! j! STANDARD FEATURES { j I • Electronic control module with plug-in connexion; 3 � 3 • Regulation of± 1/2% for input variations of± 10%; LIST OF MODELS • Automatic EQUALIZE and FLOAT with manual overide switch; AM MODEL VOLTSLTS AM • Low DC voltage alarm with time delay and form "C" dry contacts PS TYPE for remote connection; CG 12 10 SM 12 10 W • DC fail alarm with form "C" dry contacts for remote connection on CB 12-10 SM type CB only; CG 24-10 SM CB 24-10 SM 24 10 W • Current limit adjustable from 20% to 100%; • All features except alarm delay fully adjustable via trimmer pots on CG 12-10 SP 12 10 P ?CB 12-10 SP control module; • 2.5" DC Ammeter accurate within 2%; CG 24-10 SP CB 24-10 SP 24 10 P • LED indication of "AC ON", "REVERSE POLARITY", "EQUALIZE", "FLOAT", "LOW VOLTAGE"and on type CB,"DC FAIL"; INPUT: • Convection cooled (no fans); CG & CB 12: 115/1/60-50, 1.6 A, • Will operate in ambient temperatures of at least 400 C; CG & CB 24: 115/1/60-50, 3.3 A. • ON/OFF switch and fuse. MOUNTING TYPE:W=WALL OPTIONAL FEATURE P = DOOR • Voltmeter 16nn6" 1SV 427 mm 1nm a , 2�8 A A 0 ODD° voODuDDDODOr00o 0 0 �DOD1:11000DOD0 UH1,11)WHDDO D�0l�DDD��°OQODr°DDIDDDODDDOOO DODO E OD GOOtID 0 o0J o ODODDD o OD� MOO ° o C E 0 a � J/p� � p C/ C1GEWEC 0 12" o 305 mm 9 ® A 16,n4" ��9.5 mm 'A-_4 STUDS 1X-20.V2- 408 mm 'A".4 VIS DE MONTAGE 1/4--20 t 1.2- I CUTOUT DIMENSIONS=9-415'13.16 t � DIMENSIONS OE L OUVENTUNE"9-115-13n6 L 8" 203 mm E E 1 32 mm 15/16" .0 23.5 mm 38 mm 3/8" h 9.5 mm 38 mm Distributed by: Chamber Silencers Application E13 Silencers are recommended for use on intake or exhaust of internal com- bustion engines in semi-residential areas with light industry. The E13 may also be used on turbocharged engines for use in residential areas. Design A multi-chambered silencer containing a special arrangement of volumes and air passages to effectively reduce pulsations through the conversion of noise energy into heat. May be installed in horizontal or vertical position. Construction All-welded steel construction for long service life. Exterior painted with high quality primer. Flanges are drilled to match 125 lb. American Standard Flanges. Comparable Models: STODDARD SILENCERS BURGESS INDUSTRIES MAXIM SILENCERS E13 BMB E13H BMB-L Typical Attenuation Curve 40 30 Z Q O }U G 20CL 1•■_ F-Z AJ F 10 Q 0 8K 63 125 250 500 1K 2K 4K OCTAVE BAND CENTER FREQUENCY (Hz) Mode[ 'A B " C _E13 4 4 i4 i 49 110 t75 el E13 8 8 ,22_- 741/2', s El3-TO =10 ,,,� 16 �871lz :-500 30_.ram E13 14 14 36= 114 �100 Y E13-16 T b- 36 126 Eli 1$ 18 42.<': = .-140. c1900_ E13 20 20 - 48 14} 2200 E1322 22 54.> 154 1 27� T68 `,3700 z E13H 4 4 t4' 44 411' 6: - 110 ET3H 5 5 16 52 tit '. }rT s Y^�' 125 `-El3H-6 6 -: 1e 13 >}. k -,,:29 175 tAE13H 8 82236 _350 � S00 _T Vz, 19 32 zx �_-45' j100 361400E13H T6 .' 18 r 42 13T 25 : :1T19C0 E13H 20 ? 20 48 ;138 28 := 18. T 68 �, 2200 151 th: 3T � 202700 JE13H-22 22 54 a 165., LARGER SIZES AVAILABLE ON REQUEST 5 Siemens Molded Case Circuit Breakers I_T-E o h V F MD 800A Frame Interchangeable Trip Unit Breakers Non-Interchangeable Trip Unit Breakers. Interchangeable Standard High Standard Fuseless Trip Unit Interrupting Interrupting Interrupting Current Only Capacity Capacity Capacity Limiting Symme- 240V ac - 65 ka 100 ka 65 ka 200 ka trical 480V ac - 50 ka 65 ka 50 ka 100 ka Interrupting 600V ac - 25 ka 50 ka 25 ka 65 ka Capacities 250V do - 30 ka 30 ka 30 ka 30 ka At: 500V do - 25 ka 50 ka - (4) I.E.C. 157-1(P1) 220/ 240V(5) - 65 ka 100 ka - 200 ka 50/60 hz. 380/ 415V(5) - 50 ka 65 ka - 100 ka mpacity Catalogue Catalogue Catalogue Catalogue Catalogue List amps Number Number(1) Number(1) Number Number(1) Price 2 Pole(2) Frame only 800 - MD62FB00 HMD62F800 Thermal 500 MD62T500 MD62B500 HMD62B500 MXD62B500 CMD628500 Magnetic 600 MD62T600 MD626600 HMD626600 IAXD62B600 CMD62B600 700 MD62T700 REFER MD628700 REFER HMD628700 REFER MXD62B700 REFER CMD628700 REFER 800 M062TB00 TO MD62B800 TO HMD62BSOO TO MXD62B800 TO CMD626800 TO ALPHA- ALPHA- ALPHA- ALPHA- ALPHA- Molded Case NUMERIC NUMERIC NUMERIC NUMERIC NUMERIC Switch 3 800 PRICE PRICE PRICE MXD62S800A PRICE CMO62S800A PRICE LIST LIST LIST LIST LIST 3 Pole Frame Only 800 MD63F800 HMD63F800 Thermal 500 M063T500 MD636500 HMD63B500 MXD63B500 CMD6313500 Magnetic 600 MD63T600 MD63B600 HMD63B600 MXD6'8600 CMD638600 700 MD63T700 M0638700 HMD63B700 MXD63B700 CMD63B700 800 MD63T800 MD63B800 HMD638800 MXD638800 CM0638800 Molded C�aseSwitch 800 - FNumber CMD63S800A Motor Circuit Internipters(6) Instantaneous Trip Range , Ampaciry List Catalogue List amps Minimum Maximum Price Number Price amps amps 2 Pole(2) 600 3000 6000 MXD62L800 REFER CMD621-800 REFER 800 4000 8000 MXD62A800 TO CMD62A800 TO 800 5000 1G00J MXD62H800 ALPHA- CMD62H600 ALPHA. NUMERIC NUMERIC 3 Pole 800 3000 6000 MXD63L800 PRICE CMD63L800 PRICE 800 I 4000 6000 MXD63A800 LIST CMD63ASOO LIST 800 5000 10000 MXD63H800 CMD63H000 (1) Far 100%rated devices,add suffix-H-to 3 pole breaker catalogue number and 10%to list price.Trip unit will be fixed mounted. (2) 2 pole available in 3 pole width only. (3) Includes self protecting elements,may open circuit above 10,000A. - (4) 500V do ratings are applicable to 3 pole devices with 2 poles wired in series. (5) Applicable to 3 pole devices only.Not applicable to molded case switch. (6) ETI interrupting ratings are det3rmined through combination tests with property sized contactors and overload relays. Page 14 Discount Schedule S4 Siemens S-040. 1991 .;_. . . s Siemens Molded Case Circuit Breakers . .� I-T E o s - Enclosures -Type 1 Number Maximum Catalogue List Dimensions mm(inches) Breaker Type Of Current Mounting Number Price Figure Poles Rating (1) (1) Number A B C D E F BO,BOH,HBO 3 50 Surface EB3050S 1 435(17 1/8) 181(7 1/8) 121(4 3/4) 360(14 1/8) 114(4 12) 33(1 5116) 3 50 Flush ES305OF 1 435(17 1/8) 181(7 1/8) 121(4 3/4) 360(14 1/8) 114(4 12) 33(1 5/16) 3 100 Surface EB3100S 1 435(17 1/8) 181(7 1/8) 121(4 3/4) 360(14 1/8) 114(4 12) 33(1 5/16) 3 100 Flush EB3100F 1 435(17 1/8) 181(7 1/8) 121(4 314) 360(14 1/8) 114(4 12) 33(1 5/16) ED2,ED4,ED6, 2-3 100 Surface E2N1S 2 425(16 2332) 191(7 12) 129(5 1/16) 348(13 45164) 133(5 1/4) 25(1) REFER HED4,HED6 2-3 100 Flush E2N1F 2 445(1712) 216(81/2) 129(5 1/16) 348(1345(64) 133(5 1/4) 25(1) CE06 2-3 100 Surface CLE6N1 S TO 2 545(21 15/32) 193(7 19132) 130(5 7/64) 464(18 1/4) 133(5 1/4) 25(1) 2.3 100 Flush CLE6NIF 2 565(22 1/4) 216(8 12) 130(5 7/64) 464(13 1/4) 133(5 1/4) 25(1) ALPHA- FXD6.FD6,HFD6.CFD6 2-3 250 Surface F6N1S 2 976(3813132) 291(11 15/32) 129(5 1/16) 838(33) 203(8) 39(1 33/64) 2-3 250 Flush F6N1S NUMERIC 2 976(3813/32) 291(11 15.132) 129(5 1/16) 838(33) 203(8) 39(1 33164) JXD2,JXD6, PRICE JD6,HJ06,CJD6 2.3 400 Surface J6N1 3 1021(4013/64 570(22 27164)272(10 45/64) 914(36) 464(18 1/4) 53(2 5/64) SJD6.SHJD6,SCJD6 LIST LXD6,LD6,HLD6.CLD6 2.3 600 Surface L6N1 I 3 1148(4513/64570(2227/64)272(1045/64) 1041(41) 464(181/4) 53(25/64) SLD6,SHLD6,SCLD6 MXD6,MD6.HMD6,CM SMD6,SHMD6•SCM06 2-3 1200 Surface MND61 3 1524(60) 570(22 27/64)254(10) 1419(55 7/8) 464(18 1/4) 53(2 5/64) NXD6,ND6,HND6,CND6 SND6,SHND6,SCND6 PXD6,PD6,HPD6.CPD6 2-3 1600 Consult Local Siemens Sales Office SPD6,SHP06,SCPD6 RXD6,RDG,HRn6,CR06 2-3 2000 Consult Local Siemens Sales Office SRD6,SH9D6.SCRD6 (1)Unless specified,enclosures do not include neutral,select and price neutral from neutral table. T F I E— (-G ar I� Y —� D D Figure 1 Figure 2 Figure 3 Number Maximum Breaker Type Of Current Mounting Catalogue List Figure Poles Rating Number Price Number A B C D E IF G- OJ2,OJH2,OJ2-H 2-3 225 Surface ES32M SE K 41. 4 686(27) 257(10 1/8) 686(27) 257(101/8) 33(51/4)'. 71(213116) 543(21 318) 2-3 225 Flush EB3225F NUwMC .4 686(27) 257(10 1/8) 714(28 1/8) 286(11 1,14) 133(5114) 71(213/16) 543(21 318) H J K L M N P Neutrals 60(2 3/8) 76(3) 508(20) 128(5 1/16) 70(2 3/4) 70(2 3/4) 114(4 12) 60(2 3/8) 76(3) 508(20) 128(5 1116) 70(2 314) 70(2 3/4) 114(4 1/3) Enclosure Catalogue Catalogue List Number Number Price 2-2-u2-3KOs r 18)REOD E2N1S(F) Included REFER CLE6NIS(F) Included TO a 1-1/2-2-2-1/2 Ko'S c K G b (2)REOD F6N1S(F) NFD ALPHA- A I l i NUMERIC J6N1 NJO L6N1 NLD PRICE — IF �r LIST MND61 NMND `_Ey� Figure 4 Page 36 Discount Schedule S4 Siemens S-040 • 1991 fl-SIA4POWER LOW MAINTENANCE BATTERY Cold Cold Reserve Crank Crank Capacity Product AMPS AMPS Minutes Length Width Height Weight Code @0°C @-17.8°C @25 A in. (mm) in. (mm) in. (mm) kg (32°F) (0°F) 26C560 688 560 80 8 '/4 6 13/16 8 1/8 14.1 (209) (173) (206) 27F675 830 675 140 12 7/16 6 5/8 8 15/16 19.1 (318) (168) (226) 30H-625D 768 625 125 13 '/2 6 13/16 9 '/ 14.1 (343) (173) (235) 30H-700 860 700 175 13 '/2 6 13/16 9 '/4 24.0 (343) (173) (235) 8D-1100 1415 1150 360 20 3/4 11 1/8 9 7/8 52.2 (527) (283) (250) 8D-1200D 1472 1200 390 20 3/4 11 1/8 9 7/8 36.3 (527) (283) (250) FEATURES: 1 . HIGH IMPACT POLYPROPYLENE CONTAINER PROVIDES RIGIDITY AND GREATER STRENGTH TO RESIST BREAKAGE. 2. POLYETHYLENE MICROPOROUS ENVELOPE SEPARATORS WITH LOW ELECTRICAL RESISTANCE FOR HIGH PERFORMANCE AND LONG LIFE. 3. COMPUTER DESIGNED GRIDS FOR GREATER STARTING POWER. 4. TROUGH-THE-PARTION INTERCELL CONNECTIONS PROVIDE INCREASED CRANKING AMPS, AND GREATER STRENGTH FOR LONGER LIFE. 5. VENTING SYSTEM IS LEAKPROOF, BUT FULLY REMOVABLE TO ALLOW ACCESS FOR WATER ADDITION. THE BATTERY WITH "D" SUFFIX ON PRODUCT CODE IS A DRY CHARGED BATTERY. IF DRY CHARGED, THE ACTIVIATION PROCEDURE SUPPLIED WITH THE BATTERY SHOULD BE FOLLOWED. WEIGHT INDICATED FOR THESE BATTERIES IS THE DRY WEIGHT. REV:06Jun00 HALiterature\Battery 1.doc DRAWING SPECIFICATIONS ARE SUBJECT TO CHANCE WITHOUT NOTICE THE INFORMATION ON DNS DRAWING IS THE PROPERTY OF SIMPSON POWER PRODUCTS LTD.IT IS NOT TO BE USED DETRIMENTALLY TO OUR INTERESTS. NOTES 1) ALL DIMENSIONS ARE IN inches [mm]. 2) APPROXIMATE TOTAL WEIGHT OF RACK do BATTERIES: 297 LBS [135 KG] 3) MATERIAL: MILD STEEL n 4) FINISH: POWDER COAT 7/t6" 0 HOLE ACID RESISTANT �oEPDXY ^, 0 3 PLACES 5) COLOUR: ASA 61 GREY o N + Z m 0 +1/8 [3] 40 3/8 [10261 -O [o] T 43 3 8 1102 TOP VIEW DESIG. COMPONENT iY. LENGTH 1 1 L 1 1/2x 1 1/2x 1/8, A36 2 40 3/8' 2 2 L 3x 1 1/2x 3/16,A36 2 11 1/8' TYP. ---- 3 L 1 1/2x 1 1/2x 3/16,A36 1 10 7/8" 1/8 3 1 t1 V, 5 9/16_(141 I-- 19 1 4 4131 IYI'. --- Lu_- 21 1/8 [5371 21 1/8 [537 END VIEW SIDE VIEW SCALE TITLE 1:8 BATTERY RACK FOR SIMPSON POWER PRODUCTS LTD. MB TITLE BLOCK UPDATED V.C. 31MAY95 DRR.S.AWN Y DATE DUAL 8D BATTERIES T(W4)4460-36111. me( )604 460--io 4M.c� GENERAL REVISIONS T.Y. 28JUN94 CN Y DAATEWORK ORDER PHASSE NO. DWG. NO. REV.RENSIONS DY DAIE /I l irl �� 5671 B3669 C H-SIA4POWER- CORPORATE OVERVIEW 1 . SIMPOWER is one of the largest independent volume Generator Set manufacturer in North America. 2. We are a Canadian owned company with manufacturing and assembly operations in British Columbia. Sales in North America, South America, and Asia are handled either directly or through our Authorized Distributor network. 3. The Company was established in 1969 and has experience in all aspects of the genset business engineering, sales, production, parts and service. 4. SIMPOWER offers a complete range of diesel and natural gas generator sets from 8KW to 5000KW. We can provide specialized enclosure systems for both rooftop and outdoor applications as well as mobile generator set systems. 5. The Company is one of the largest OEM's and Distributors of Mitsubishi Industrial Diesel and Gas Engines, Deutz Diesel and Cooper Energy Gas Engines in North America. Long term relationships have been established with all major component suppliers. 6. SIMPOWER's Parts and Service network provides 24-hour emergency support to all customers. 3 *1 YEARS OF EXCELLENCE Page 1 of 3 HALiterature\Corporate Ovenew 3.doc Rev.07 01-Jun-00 fl-SIMPOWER INTRODUCTION Simpson Power Products Ltd. is one of the largest volume independent generator set manufacturers in North America. The Company has built a new factory and markets through an Authorized Distributor Network its "SIMPOWER" standby and prime power generator systems. These systems serve as alternate power sources for airports, hospitals, computer centres, schools, apartments and telephone exchanges or prime power in continuous applications. The Company's sales have shown consistent growth over the past five years. Simpson Power's success to date is the result of many factors. The Company has upheld its commitment to respond to each customer's requirements and specifications and to build quality products meeting CSA Standards as well as ISO 9002, U.S. Military, NATO (military), UL, and FAA standards when applicable. Component sourcing from technologically advanced North American, Japanese and European manufacturers has allowed the Company to produce systems which are state-of-the-art and its products have introduced remote controlled monitoring systems and technical innovations in weatherproofing, noise reduction enclosures, and fuel consumption efficiency. As well, Simpson Power hasan international parts and service network which provides 24-hour emergency parts and service support. The Company's customers have included Grand Casino (Memphis), Atlantis Phase II (Bahamas), State of Washington, Dept. of U.S. Navy, Raytheon Corporation, Pac Bel, Cold Water Ridge of U.S. Forest Services (Mt. St. Helens), U.S. Fisheries Dept., Royal Canadian Mounted Police, Shanghai Telephone, Zhejiang Post and Telecommunications, Nan Jing Telephone, Beijing Communication Bureau, CITIC technology, Sinopec, Beijing Radio, Hangzhou Telephone, UN-Cambodia, UN-Somalia, Hong Kong Telecom, Lavalin International (Venezuala), B.C.Hydro, B.C. Telephone, Manitoba Hydro, Alberta Power, Quebec Hydro, Canadian Space Agency, Transport Canada, Canadian Coast Guard, Canadian Broadcasting Corporation, and B.C. Ferry Corporation, Page 2 of 3 HALiteratureUntroduction.doc Rev 09 18-Aug-00 .S I MPC1 WER THE SIMPOWER ADVANTAGE • A custom generator set manufacturer who specializes in designing and building generator set power systems to meet specific and often complex customer requirements. • Ability to supply, install and integrate all parts of the povAer system - generator set, transfer switch, UPS, etc. • Sound attenuated enclosure systems - easy to install and to relocate. • Mobile generator set systems - trailer and vehicular. • Extensive experience in remote locations. • Remote communication ability to monitor and control generator set, transfer switch, and UPS. • A full range of diesel and natural gas engine powered systems. • Water-cooled and air-cooled engines • Quality Assurance Program to ISO 9002:1994 meeting other comparable level programs i.e. NATO, Mil, UL, and CSA as well as tailoring specific requirements to customer specifications. Page 3 of 3 C\99Docs\Literature\S=pcwerAdvantages.dcc Rev.06 29-Sep-99 Emergency Power Consultants, Inc Representing Simpson Power Products•Generators, Gas&Diesel•Switchgear& Controls 19501 144th Avenue Northeast, Suite A800 •Woodinville, WA, 98072-6400 Phone: (425) 486-7305 • Fax: (425) 486-8206 E-mail. epcinc@virtual-cafe.com 500 kW Reference List 1 . Seattle City Light North Distribution Center, Seattle, WA 450 kW Sound Attenuated Semi Trailer Mr. Dave Russo, Supervising Engineer (206) 615-0621 2. PacifiCorp (Yakima Service Center) Yakima, WA 650 kW Indoor Mr. Jim Moore (509) 575-3168 3. City of Chelan, Public Works Department, Chelan, WA 800 kW Trailer, 200 kW Indoor Mr. Duane Van Epts, Director (509) 682-8030 4. Grant County PUD, Corporate Headquarters, Moses Lake, WA 125 kW Sound Attenuated Mr. Gary Bjorkland, Facilities Manager (509) 754-1819 5. Fairchild Hospital, Yreka California 500 kW Sound Attenuated Mr. Bob Ensele (530) 841-6279 6. Cypress Semiconductor Manufacturing Co., Woodinville WA 500 kW Sound Attenuated Mr. Bruce Dorman (425) 398-3343 24 Hour Service by calling (425) 486-7305 SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW MAJOR PROJECTS British Columbia Ferry Corporation 500 KW prime power, 30 units on various ferries Everett Finished Water Plant 1250 KW, parallel with Controlled Power switchgear Everett, Washington Royal Bank of Canada 7500 KW total load at various sites Bank of Montreal NHQ National Headquarters 3 x V-16, 5 second change over Canada Security, Ottawa 4500 KW, parallel with TTI Shanghai Stock Exchange 3600 KW parallel with 4 units, ASCO Alaska Aerospace Satellite Rocket Launching Pad Kodiak Island, Alaska 1500 KW, 3 units in ISO enclosures Florida Light& Power Services Peak shaving with Simpower aluminum enclosure and Florida Micro Pro remote monitor, parallel & control system, IPS switchboard • 6600 KW with Mitsubishi 16V R series diesels Atlantis Phase II Casino Four V-16 and two V-12 Mitsubishi's with Simpower Paradise Island, Bahamas aluminum enclosures • 9000 KW, Micro Pro/ IPS control Grand Casino 4 x V-16, 6600 KW, aluminum walk-in enclosures, Tunica, Tennessee ASCO switchgear (near Memphis) PAJ Container Cranes 6000 KW with 4 Detroit Diesel 16V-149 engines, Micro Jamaica Pro/ IPS control U.S. Forest Service 1000 KW, remote location Mount St. Helens Cold Water Ridge Wyoming State Penitentiary 1000 KW Evenston, Wyoming Muckleshoot Casino 1320 KW, acoustical modules for Casino operation Washington Yacumba Quibor Tunnel 6 x 1000 KW and 2 x 500 KW Prime Power Venezuela 7000 KW total SNC Lavalin International Alberta Power Remote communities, prime power Alberta 10,500 KW in total Rev: 10-Nov-00 Page 1 of 10 HAReference Llsts�Simpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Eagle Mountain 2 x 500 KW, Prime Power gas generator sets Utah Pan Gulf 3 x 800 KW parallel units Parrot Cay Resort, Caribbean Enclosures 65 dBa @ 7m Sable Offshore Energy Project/ 2 x 800 KW, Natural Gas Prime Power Units Brown & Root 1 x 800 KW, Diesel Prime Power Unit Sable Island, Nova Scotia 4 x 250 KW, Diesel Prime Power Units • 1 x 250 KW, Diesel Standby Power Unit • 2 x 60 KW, Standby Power Units All the above with acoustic enclosures • 1 x 500 KW, Standby Power Unit • 1 x 270 KW, Standby Power Unit Shell Malampaya Project/ 2 x 1300 KW Diesel Standby Power Units with acoustic Brown & Root enclosures Philippines Muckleshoot Casino 1320 KW, fast start-up for Casino opertation Washington Paramount Resources 2 x 900 KW Cooper Natural Gas engines in Simpower enclosures located in a remote northern site in Alberta KSH—Pakistan Fertilizer Plant 2000 KW, 13.8 kV standby generator set for a fertilizer plant in Pakistan. Special project to IP53. Minatco 2400 KW prime power at a potash mine McClean Lake, Saskatchewan Amitron 1 x 1000 KW Natural Gas prime power (peak shave) Chicago, Illinois AIRPORTS Ottawa, Ontario 330 /750, 4160 volt /2 x 1200 KW Calgary, Alberta 600 KW, 4160 volt c/w remote radiator Mirabel, Montreal, Quebec 2 x 550 KW Rev: 10•Nov-00 Page 2 of 10 H1Reference Lists\Simpower Installaticns.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW AIRPORTS — RAMP (Radar Modernization Program) Various airports across Canada from • 41 units from 60 to 100 KW from Halifax to Vancouver Halifax to Vancouver • Raytheon Canada Limited supplied generator units to all sites across Canada for the Canadian RAMP Program. Project included complete installation of the generator systems. AIRPORTS — CAST Sites Total 26 sites across Canada at • Complete installation by Simpower of 110 KW diesel International and Municipal Airports generator units plus UPS Exide systems. Complete systems built and installed at Simpower factory Whidby Island, Naval Air Station, • 300 KW,4160 volt, airfield runway lighting Washington Bremerton Shipyard • 500 KW, Building 290 o MILITARY Tacan • 30 and 100 KW units installed in special insulated enclosures for arctic conditions. US Coast Guard, Washington • 250 KW, rescue station Greenwood, Nova Scotia • 750 KW plus 10%,4160 volt transfer switch and 35' enclosure. Comox, British Columbia • 40OKW plus 10%, transfer switch complete with bypass system. Chilliwack CFB, British Columbia • Power units Ottawa, Ontario DSS, Bowden Inst. 10 x 20 KW and 500 KW field power units. tTzr CFS, Lietrim 1250 KW McCord AFB, Washington 500 KE, C-17 aircraft fuel ramp Navy Everett Homeport, Washington 150 KW,fire and security Rev: 10-Nov-00 Page 3 of 10 HAReference UstsGSimpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Navy Everett Homeport, Washington 150 KW, Nimitz Pier COMPUTER SYSTEMS Vancouver, British Columbia 30 KW Mastercard Centre Greenwood, Nova Scotia • 750 KW plus 10%, turnkey ISO container project Telus (formerly BC Telephone Company) 2 x 1200 KW, main computer centre CIBC, Vancouver, British Columbia 500 KW, Visa Computer Metro Computer, Toronto, Ontario 1650 KW National Trust, Toronto, Ontario 1100 KW Hewlett Packard 1500 KW Ohio Bank • 75 KW DYAD, Ottawa, Ontario 2 x 1200 KW, Federal Government Major Project Washington Department of Information • 275 KW Services HOSPITALS / CLINICS St. Catharines Hospital, Ontario • 2 x 275 KW Red Cross, Toronto, Ontario • 800 KW Strathaven Care Centre, Ontario 110 KW Our Lady of the Rosary, Alberta 140 KW Powell River Hospital, British Columbia • 800 KW St. Pauls, Vancouver, British Columbia • 2 x 100 KW, complex controls Eagle Ridge Hospital, Coquitlam, British • 2 x 500 KW, paralleled with deluxe control panel Columbia Kingston Hospital, Ontario 1000 KW, 4160 volt Tofield Hospital, Alberta • 2 x 220 KW Surrey Memorial Hospital, Ontario • 2 x 450 KW, paralleled system Rev: 10-Nov-00 Page 4 of 10 HAReference Lists\simpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Gatineau Hospital, Quebec • 600 KW Cold Lake Hospital, Alberta 2 x 315 KW, paralleled system Lloydminster Hospital, Alberta • 400 KW Didsbury Hospital, Alberta 500 KW Three Hills Hospital, Alberta • 450 KW Vulcan Hospital, Alberta • 450 KW Leduc Hospital, Alberta • 500 KW Cornwall Hospital, Ontario • 500 KW C.H.E.O., Ontario 660 KW Halifax Infirmary, Nova Scotia • 3 x 1650 KW Dawson Creek Hospital, British Columbia 800 KW, complex electrical design Kingston Psych, Ontario 1545 KW, 4160 volt Swedish Hospital, Washington 150 KW, acoustical Group Health, Washington 250 KW Covenant Shore Facilities, Washington 175 KW acoustical Fairchild Hospital, Yreka, California 550 KW, acoustical Providence Clinic, Washington 275 KW POWER COMPANIES 7 Mile Dam, Trail, British Columbia 200 KW Revelstoke, British Columbia 450 KW, paralleled units Alberta Power 5 x 500 KW, 2 x 325 KW and 1600 KW, remote prime power units and emergency power. Manitoba Hydro 20 x 55 KW Ontario Hydro & Cable 150 KW Quebec Hydro 30 KW Rev: 10-Nov-00 Page 5 of 10 HAReference Usts\Simpower lnstallations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Newfoundland Hydro • 2 x 300 KW for remote sites Pacific Power& Light Service Centre • 600 KW Washington Chelan , Rocky Reach Dam,Washington 150 KW, spill gate control walk-in module Seattle City Light • 500 KW, SAE Trailer Grant County PUD • 300 KW, Corporate Facility Aberdeen Utilities,Washington • 400 KW UNIVERSITIES Various Universities across Canada • from 30 to 775 KW Various Universities in Washington State • from 50— 100 KW PUMP STATIONS Port Moody, British Columbia • 250 KW, standby for pumphouse Tumbler Ridge, British Columbia • 300 KW,water supply backup Tsarlip Indian Bank, British Columbia 110 KW Craigflower, British Columbia • 240 KW, puming station Campbell River, British Columbia • 800 KW Wheatly Water • 200 KW Langley Sewage • 200 KW Fremont Pump 125 KW Jamkem Hamilton Pump 2000 KW Sapperton Pump 1650 KW Kitsap Sewer District#5, Washington 400 KW Port Orchard, Washington 400 KW Kirkland Pump Station,Washington 450 KW Rev: 10-Nov-00 Page 6 of 10 H:\Reference lists\Simpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Chelan WWTP, Washington • 200 KW Keyport Hazardous Waste Facility, • 275 KW Washington Silverton WWTP, Oregon • 180 KW Crow Hill Pump Station,Alaska • 90 KW City of Chelan, Washington • 800 KW , mobile trailer Everett Finished Water,Washington • 1250 KW King County, Washington • 250, 400,200 and 250 KW City of Bonney Lake,Washington • 250 KW City of Langley, Whidby Island, • 3 x 80 KW Washington HEAT RECOVERY SYSTEMS Nor County, Ontario • 860 KW, co-generation replacing Ontario Hydro Nemaih Valley, British Columbia • 75 KW, containerized complete with hot water dummy loads, single loop cooling Woss Camp, British Columbia • 2 x 100 KW, containerized complete with double look cooling,water cooled manifolds Canadian Mountain Resorts • 75 and 100 KW, ski lift operations ATCO • 16 x 200 KW, prime power for Semolia, electrical and hot water for UN troops MINING Smokey River Coal, Alberta • 700 KW Lethbridge Ironworks,Alberta • 330 KW Noranda, Quebec • 2 x 350 KW, 500 and 750 KW Cambior Mines • 1650 KW, mine shaft elevator operation Crusher • 800 KW, prime power Rev: 10•Nov-00 Page 7 of 10 WReterence Usts\Simpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Howe Sound Pulp & Paper, British • 600 KW Columbia HOTELS Whistler Inn, British Columbia • 750 KW Chateau Laurier, Ontario • 500 KW Parklane Hotel, Nova Scotia • 600 KW Journey's End • 110 and 137 KW Meridan Hotel • 250 KW Somitel Hotel • 150 KW Ramada Inn, Ontario • 100 KW Elliott Hotel/Convention Centre, • 800 KW Washington TELECOMMUNICATIONS CBC (Canadian Broadcasting • from 15 to 200 KW, containerized packages installed in Corporation)various sites across Canada ISO containers RCMP • 350 KW, emergency power for RCMP Headquarters, including communication ICBC • 880 KW, remote radiator application Gateway II,Toronto, Ontario • Complete turnkey, standby for overseas communication from Canada to Europe Lake Cowichan, British Columbia • 500 KW, complete turnkey, standby for global telephone communications Hawaii • 2 x 285 KW, network Port Alberni, British Columbia • 2 x 240 KW, extremely complex spec for satellite receiving station for transpacific telephone Crowntek • 30 KW Telesat • 700 KW Rev: 10-Nov-00 Page 8 of 10 WReference Usts\Simpower InstallaGons.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT I KW Nortel 30, 800 and 1000 KW, open field testing Rogers Cable 125 KW Ford Electronics 40 KW ONTARIO Canadian Tire 1 x 1000 KW, 1 x 800 KW and 1 x 600 KW Bank of Montreal, First Canada Place 2 x 1685 KW Bank of Montreal, Bloor Street 2 x 800 KW Bloor Street East 1 x 500 KW Sault Ste. Marie Casino 1 x 1650 KW RMOC 1 x 125 KW and 1 x 175 KW Royal Canadian Mint, Ottawa, Ontario 385 KW Bridgestone 1 x 600 KW 161 Laurier 1 x 100 KW Newcourt 1 x 500 KW A& P Store, Mississauga 20 KW Glenview Park Tower D, Glouchester 100 KW Lawrence Plaza 75 KW Totpow, Toronto 100 KW Truscan Realty 2 x 1100 EXPORT - WORLDWIDE Bolivia 8 x 50 KW, power for schools in very high altitudes Aramco, Dhahran 2 x 500 KW, sound attenuated containerized packages, both units paralleled and backup for telecommunications in Dhahran. Grenada 50 and 100 KW, government contract Rev: 10-Nov-00 Page 9 of 10 HAReference Lists\Simpower Installations.doc SIMPOWER INSTALLATION LIST CUSTOMER PROJECT / KW Barbados 50 and 250 KW, mobile generators, 2 axle trailer Singapore 150 and 500 KW, buildings and racetrack Indonesia 60 x 20, enclosed units for standby to remote power distribution system, hours of usage high. • 220 to 400 KW, industrial standby units Hong Kong 3 x 300 KW, Hong Kong Telephone Company Cambodia 8 x 275 KW and 8 x 165 KW • 36 x 200 KW, prime power for UN Camp Venezuela 2 x 1100 KW, prime power, continuous operation Bank of China 960 KW Haiti 20 KW Cuba 30 KW Rev: 10•Nov-00 Page 10 of 10 HAReference Usts�Simpower Installabons.doc QUALITY MANUAL 2.6.4 PURCHASING - APPROVED SUPPLIERS LIST 2.7 CUSTOMER-SUPPLIED PRODUCT Approved Suppliers List shall be originated and maintained by the Purchasing 2.7.1 CONTROL OF CUSTOMER-SUPPLIED PRODUCT - Department. DEFINITION AND PURPOSE Approved Suppliers List shall be periodically reviewed, and maintained on the basis of satisfactory: Customer-supplied product is a product owned by the customer and supplied for further • supplier's performance (past performance in areas of price, delivery and quality) processing (use, rework, repair, modification, incorporation into the supplies etc.) at Simpson • supplier Assessment (with specific emphasis on Supplier Quality System Assessment) Power Products Ltd. • general suitability of the Supplier (including new and/or potential suppliers) 2.7.2 CUSTOMER-SUPPLIED PRODUCT - PROCEDURE It is a policy of Simpson Power Products Ltd. that for all received products disregarding their SUPPLIER ASSESSMENT origin rangem nts (i.e. if prod i -owned, supplied as a "free- or commercial ar e product 's customer ow issue"or"at cost"),the Company shall undertake appropriate steps in order to assure itself and purpose,an icondition its customer that the received product is suitable for its d its nd quality a .... . v icustomer-suppliedr is Ltd. ., is erified Verification of product quality by Simpson Power Products does not absolve the customer of the responsibility for quality of the supplied product. SUPPLIER PERFORMANCE GENERAL ASSESSMENT SUITABILITY At Simpson Power Products Ltd. customer-supplied product and its as received' condition QUESTIONNAIRE shall be: a) subjected to receiving inspection and results of this inspection shall be documented on CustomerProduct Receiving Report b) stored and maintained in a way which preserves its quality. SUPPLIER PERFORMANCE RATING c) reported to the customer, if lost,damaged or found otherwise unsuitable for use. UNACCEP TABLE CONDITIONA ACCEPTABLE UNSUITABLE FOR BUSINESS PURCHASING DISCRETION SUITABLE-NEEDS IMPROVEMENT ..:.. :, ....... ?.. .. APPROVED ; :.s.. SUPPLIERS LIST • • Assurance Issue:Quality File Name: SIM2-6 DOC Page: 2 of 2 Quality File Name: SIM2-7 DOC Customer-supplied Page: 1 of 1 Purchasing Sectin:Department D. 1 •• • • .. D. 1 •• Product • P . R QUALITY MANUAL TM 2.8 PRODUCT IDENTIFICATION AND TRACEABILITY 2.6 PURCHASING 2.8.1 PRODUCT IDENTIFICATION AND TRACEABILITY - PURPOSE 2.6.1 PURCHASING - PURPOSE AND DEFINITION The purpose of this procedure is to describe the typical manner in which materials,final and/or Purpose of this procedure is to ensure that: semi-finished products are identified and traceable at Simpson Power Products Ltd. Where • product purchased by Simpson Power Products Ltd. conforms to specified requirements specifically required, the procedure requires individual identification of products • all Purchase Orders are complete and accurate in their descriptions of the product or service manufactured or serviced by Simpson Power Products Ltd., from the time of purchased which is to be purchased product receipt at the receiving inspection stage, through all stages of its processing/assembling to • purchasing activities are planned,conducted and controlled by documented procedures its shipping, commissioning, service and warranty, and including rework and re-inspection, where appropriate. 2.6.2 PURCHASING - RESPONSIBILITY 2.8.2 PRODUCT IDENTIFICATION AND TRACEABILITY - RESPONSIBILITY It shall be the responsibility of the Manager, Parts and authorized personnel of Parts Department, to maintain control over and ensure compliance with all relevant procedures It shall be the responsibility of the Manager, Production to set up and maintain procedures related to purchasing activities. providing guidance for product identification and traceability, and to ensure these guidelines The Manager,Quality Assurance is responsible for review and clarification,of information per- are implemented and maintained throughout the manufacturing process. taining to purchased product quality requirements. The Managers of the respective departments shall ensure that requirements defined in this • procedure are followed within departmental boundaries of responsibility and authority. 2.6.3 PURCHASING - SUPPLIER ASSESSMENT SOP 60 - 1 The Manager, Quality Assurance shall be responsible for conducting company-wide audits of the product identification and traceability, at any stage of its processing. A Supplier Assessment embraces evaluation of the Suppliers technical, commercial, shipping and organizational abilities to meet Simpson Power Products Ltd. requirements and shall be It shall be the responsibility of all Simpson Power Products Ltd. personnel (within area(s) of performed by the Purchasing Department personnel on a basis of the Supplier Assessment their individual and departmental responsibility and authority) to ensure compliance of Questionnaire. product identification and traceability as specified in the Bill of Material(BOM),and applicable Standard Operating Procedures. Supplier Assessment Questionnaire shall be completed through: • analysis of the Questionnaire properly filled by the Supplier, or • on-site verification of the information provided by the Supplier (visit to the Supplier) 2.8.3 PRODUCT IDENTIFICATION AND TRACEABILITY - Supplier Assessment shall provide information defining the type and extent of control required PROCEDURE SOP 40 - 10, 40 - 12, 50 - 15, 50 - 16. by Simpson Power Products Ltd. in regard to the sub-contractor quality system and its quality verification process. Supplier Assessment should take under consideration criticality of the It is a policy of Simpson Power Products Ltd. to ensure proper identification and traceability of purchased product and past performance of the supplier. the major components(i.e.alternators,engines,transfer switches,control panels,etc.)and fully finished product at all stages of its processing through shipping, to its commissioning and warranty, where applicable. Assurance Issue: a Assurance Issue:Quality File Name: SIM2-8 DOC Product Identification Page: 1 of 1 Quality File Name: SIM2-6 DOC Page: 1 of 2 Purchasing DepartmentDate 1 •• . • Traceability Section: -Department—Date-11 •• Section: QUALITY MANUAL 2.5 DOCUMENT AND DATA CONTROL 2.9 PROCESS CONTROL 2.5.1 DOCUMENT AND DATA CONTROL - GENERAL 2.9.1 PROCESS CONTROL - GENERAL The Purpose of this procedure is to describe the Simpson Power Products Ltd. document Purpose of this procedure is to define, implement and monitor methods of controlling the control policy in order to ensure that: production, installation and servicing processes, whenever such methods affect directly the - technical information directly affecting quality of the manufactured product and its quality quality of product or service delivered by Simpson Power Products Ltd. verification process are properly documented,reviewed, approved, distributed and filed -requirements of ISO 9002:1994 are satisfied This procedure applies to both internal and external documents and data, disregarding their 2.9.2 PROCESS CONTROL - DEFINITIONS origin or type of media and includes customer drawings, specifications and standards, where applicable. Process- any manufacturing or product processing activity that is conducted according to defined parameters and of which the quality outcome is ensured through: Documents pertaining to quality of the manufactured product, control of manufacturing a) monitoring stability of the process within specified limits and/or processes and quality verification activities shall be classified as: b) continual determination of quality of the manufactured and/or processed product a) Controlled documents- - these documents and/or their copies which are subjected to Special Process-the process where results cannot be verified by subsequent inspection or strict control of their issue,review,approval,change and distribution. testing and where processing deficiencies may become apparent after product b) Non-controlled documents -these documents and data which as such are not classified as release to the customer. Special processes control is maintained through controlled documents or respective non-controlled copies of the • • continuous monitoring and control of process parameters to ensure specified controlled documents which are provided or retained for requirements are met. reference purposes only. Process Control -various quality verification methods and techniques documented,planned and ultimately utilized to ensure that product manufacturing,installation and 2.5.2 DOCUMENT AND DATA CONTROL - RESPONSIBILITY servicing is carried out under controlled conditions. The Quality Assurance Manager shall be responsible for strict control and maintenance of all controlled documents originated by the Quality Assurance Department 2.9.3 PROCESS CONTROL - RESPONSIBILITY It shall be the responsibility of all Department Managers to ensure that only the most up-dated It shall be the responsibility of the Manger, Quality Assurance to set up and maintain controlled documents and data are used throughout Simpson Power Products Ltd. procedures,and to define all process control activities in the Quality Plan providing guidance for process control, monitoring techniques, process documentation and process planning within Simpson Power Products Ltd. 2.5.3 DOCUMENT AND DATA CONTROL - PROCEDURE SOP 10 - 3 The below general guidelines for control of all documents shall be followed: It shall be the responsibility of all department managers,and in particular Manager,Production and directly Production personnel to maintain control over processes where the outcome may 2.5.3.1 All copies of controlled documents shall be identified with the "Controlled Document directly affect product and/or service processed or delivered by Simpson Power Products Ltd. Status" (stamp or table)and a record shall be maintained of their status,changes and distribution. 2.5.3.2 Master List of the controlled documents shall be established and maintained. 2.5.3.3 Only authorized and the most current versions of the relevant documents and data shall be distributed and used at all locations where operations essential to the effective functioning of the quality system are performed.. 2.5.3.4 Invalid or obsolete documents shall be removed from all points of use and/or clearly identified. 2.5.3.5 Obsolete documents retained for any purposes shall be identified with stamp "OBSOLETE" and appropriate comment/explanation. • • Quality File Name: SIM2-5 DOC Documentand ge: - D• Assurance Issue: b Assurance Issue: Page: 1 of 2 Process Control DepartmentDate 1 •. Data • • Section: Section: .. Date 1 •. QUALITY MANUAL 2.9.4 PROCESS CONTROL - PROCEDURE SOP 40 - 1 AND 40 - 2 2.4.3.3 Specified contractual conditions shall be reviewed by Simpson Power Products Ltd. authorized personnel, and: Process Control activities shall be maintained according to the documented Quality Plan and -where no written statement of requirement is available, order requirements shall be relevant Standard Operating Procedures that define process parameters and techniques clarified,agreed upon and documented utilized for process setting and monitoring aiming at assuring quality of the goods and - any difference between the contract and specified customer requirements shall be services. resolved and documented 2.4.3.4 Contract Review Meeting shall be conveyed as defined in the Quality Assurance Manual. 2.4.3.5 Outcome of Contract Review Meetings shall be documented and communicated to all functions concerned within Simpson Power Products Ltd. PROCESS'*'...CONT.ROI I�- ' 2.4.4 CONTRACT REVIEW - AMENDMENTS - - - ---------------------------—- -------------------------- ." Requirements defined in paragraphs 2.4.3 shall apply also to all contractual agreement amendments t�, •o o - introduced during or after completion of Contract Review process and representing: change of customer requirements -resolved ambiguities or differences -modification to specified and agreed requirements -customer acknowledgement. " Resu ting amendments to a contract shall be communicated to all parties concerned within P._. 1 I e•� ,.,. �• aac, �t "'3t atl� {k�. ��td�e-�� 7r�ra.'�:r EM �� �� ��� �� �� i���,����� �� Simpson Power Products Ltd. ter• 2.4.5 CONTRACT REVIEW - RECORDS �� 3 't D Records of Contract Review shall be maintained, as defined in the Quality Assurance Manual I'L7�1f b tl •° • • • b see Section 2.13 and Section 2.9 for details. SUITABLE WORKING ENVIRONMENT CONTROLLED CONDITIONS 2.4.6 CONTRACT REVIEW - RELATED PROCEDURES CONTRACT REVIE RMATION FLOW _ _�� MAINSTREAM NFORMATION CUSTOMER SUPPLEMENTAL:INFORM ANp INPUT - .. - ".. .� - .. ...'.-.:BALER .: .,.• .:-... - .. - PUT N -DES GN �DRAWIN09 'OUTPUT: BPECIFIGATION6'� :., ....:AND - :.+•..- ..:. .. t E DEBK:N� - - DEs cN jPROt?UCTION t C- VALIDA l� F `� BOOK - FINISHED PRODUCT _Quality File Name: SIM2-9 DOC Quality File Name: SIM2-4 DOC DepartmentPage: 2 of 2 Assurance Issue: b Page: 2 of 2 Assurance. Issue: b Process Control Contract Review • • % •• Section: Department Date 17/10/96 QUALITY MANUAL 2.4 CONTRACT REVIEW 2.10 INSPECTION AND TESTING 2.4.1 CONTRACT REVIEW - DEFINITION AND PURPOSE 2.10.1 INSPECTION AND TESTING - GENERAL Contract Review is a process which shall follow documented and maintained procedures: The purpose of procedures defined in Sections 2.10.2, 2.10.3 and 2.10.4 of this Manual is to -documenting customer needs and/or requirements ensure that: -resolving identified discrepancies, if any • inspection and testing activities at receiving, in-process and final product stages are -ensuring that adequate capacity and resources are available to meet on time customer requirements performed according to the Quality Plan and specific Standard Operating procedures • specified product requirements are met • records documenting the above,are maintained 2.4.2 CONTRACT REVIEW - RESPONSIBILITY It shall be the responsibility of the Manager Contracts & Quotations, Manager Marine Sales, 2.10.2 RECEIVING INSPECTION AND TESTING - GENERAL Sales Department personnel or other personnel authorized by the President of Simpson Power Products Ltd. to maintain control over and ensure compliance with all relevant procedures 2.10.2.1 RECEIVING INSPECTION - PURPOSE related to Contract Review activities- see Quality Assurance Manual Section 2.13 for details. The purpose of this procedure is to define quality verification activities in regard to product Where applicable, Quality Assurance Manager following consultation with Production, purchased by Simpson Power Products Ltd. are performed in accordance with Quality Plan Engineering and other authorized personnel shall: and relevant Standard Operating Procedures in order to: - confirm quality requirements and available inspection and testing capacity/capability • ensure that incoming product is not used nor processed until : - prepare Quality Plan and inspection check sheets . • a) its conformance to the Simpson Power Products Ltd. requirements has been - set/select appropriate standards,inspection criteria and workmanship samples assessed,as specified in the Product Specification,Receiving Inspection Instructions and/or other related documentation Manager, Production and Supervisor, Engineering shall assess and confirm: - technical/ b) it is released in a way which allows for its traceability and immediate recall, if technological ability to provide required services required provide feed-back regarding suppliers' quality performance -availability of the required resources including equipment,personnel and required operator skills -available capacity and capability 2.10.2.2 RECEIVING INSPECTION - RESPONSIBILITY 2.4.3 CONTRACT REVIEW - PROCEDURE SOP 80 - 4 It shall be the responsibility of the Manager, Production, and directly of the Head Shipper to maintain control over and follow procedure(s)detailed in this section of the Quality Assurance Manual. The following Contract Review stages shall be followed: The Manager, Quality Assurance shall be responsible for planning and monitoring of the receiving inspection activities. 2.4.3.1 Contract Review activities shall be completed before acceptance of the contract and documented on Contract Review Checklist.Acknowledgement by SPP shall be forwarded to the customer with Terms and Conditions. 2.10.2.3 RECEIVING INSPECTION - PURCHASED PRODUCT 2.4.3.2 Channels for communication with the customer,including nomination of the authorized CLASSIFICATION personnel responsible for the subject order, shall be established and documented. Quality Assurance Department in conjunction with Parts/Purchasing functions and Personnel authorized to represent Simpson Power Products Ltd. in matters related to Production shall classify all products purchased by Simpson Power Products Ltd. into the fol- specific contract shall be nominated by the President or appropriate Sales Manager, lowing categories: and relevant phone/fax numbers, or other means of communication shall be a) "Major" product- having direct and significant influence on quality of exchanged with the customer. manufacturing/assembly processes or product performance. b) "Minor" -other purchased products (consumables,minor components), having no impact • or very minor impact on quality. Quality File Name: D• 1 •• QUALIT* Y MANUAL 2.10.2.4 RECEIVING INSPECTION - FREQUENCY 2.3 QUALITY PLANNING Frequency of the Receiving Inspection activities shall be established taking under consideration: 2.3.1 QUALITY PLANNING - PURPOSE a) reliability of the supplier based on supplier's quality system and quality performance b) application of the product expressed in its classification (see above) Purpose of this procedure is to ensure that quality verification and quality assurance at c) amount of quality control/quality assurance exercised by the supplier Simpson Power Products Ltd. activities are conducted according to the planned and d) special circumstances (i.e. trial batch or individual product) documented guidelines which define how the requirements for quality will be met throughout Specific guidelines in regard to receiving inspection frequency are provided in the Quality all stages of the product processing,from raw material through its processing,assembly,to the Assurance Manual,Section 2.4.1.4. final product storage, dispatch, commissioning and service. 2.10.2.5 RECEIVING INSPECTION - PROCEDURE SOP 20 - 1 2.3.2 QUALITY PLANNING - RESPONSIBILITY General requirements: a) Purchased product classified as "major' shall be supplied with Certificate(s) of It shall be the responsibility of the Manager, Quality Assurance to prepare generic Quality Conformance,whenever required. Plans providing guidance for requirements, techniques and methods utilized for quality b) Whenever specified, purchased product shall be inspected in accordance with the Quality verification. Quality Assurance Department shall retain exclusive authority for Quality Plans Plan and relevant Receiving Inspection Instruction issue, modification and distribution. c)All purchased product that do not meet Simpson Power Products Ltd.requirements shall be separated from conforming material in designated quarantine area, whenever practical It shall be the responsibility of all department Managers within boundaries of their authority, d) Where non-conforming product is released for urgent production purposes prior to its final • . and in particular the responsibility of the Manager, Production to ensure that quality verification or disposition,a traceability shall be maintained allowing for its recall verification activities are conducted according to the documented Quality Plan. e) Receiving Inspection records shall be maintained 2.3.3 QUALITY PLANNING - PROCEDURE SOP 10 - 4 2.10.3 IN-PROCESS INSPECTION AND TESTING 2.3.3.1 Quality Plans shall be consistent with other requirements of Simpson Power Products 2.10.3.1 IN-PROCESS INSPECTION AND TESTING - PURPOSE Ltd. Quality System. To define in-process quality verification activities in regard to product manufactured or 2.3.3.2 The following details of quality verification process shall be provided on Quality Plan: processed otherwise by Simpson Power Products Ltd. a) Inspection stage; operation or process or service detail b) Specification detail; attributes to be inspected and applicable quality criteria The purpose of this procedure is to ensure that: c) Inspection type; method and equipment a) the in-process quality verification activities follow Quality Plan and relevant Standard d) Inspection level; frequency and sample size,if applicable Operating Procedures e) Reference; standards,inspection instructions,workmanship samples b) the manufactured/processed product conforms to the Simpson Power Products Ltd. Product f)Authority and responsibility; "assure" and "monitor/verify" functions Specification and/or BOMrequirements c) the losses caused by processing of the substandard product are minimized 2.3.3.3 Preparation of Quality Plans shall take under consideration and include,where appropriate: d)non-conforming product(if any)is released properly identified and with full traceability of its use a)identification and acquisition of required technology,methods,equipment andpersonnel b) compatibility between quality verification activities and applicable documentation c) up-dating of quality verification techniques and equipment, as required d) analysis and development of required capabilities, where applicable e) clarification of applicable standards and quality verification criteria f) identifying suitable quality verification tests and techniques 1 D• - D• • . •. 1 •• • 1 . D. 1 •. Quality . • Section: SIR M 20 1 A IER, QUALITY MANUAL 2.2 STANDARD OPERATING PROCEDURE (SOP) 2.10.3.2 IN-PROCESS INSPECTION AND TESTING - PROCEDURE SOP 40- 1 AND 40-2 2.2.1 STANDARD OPERATING PROCEDURE - PURPOSE The following procedure applies to the In-process Inspection: a)Authorized Production personnel shall: The purpose of this procedure is to describe principles and practices related to issue, review - issue Build Book together with Traveler and control of the Standard Operating Procedures (SOP's) at Simpson Power Products Ltd. -inspect characteristics of the manufactured/processed product according to the Quality Plan -identify non-conforming status of the inspected product and hold it until the required Standard Operating Procedures are defined as operational instructions which describe "know- inspection and tests have been completed,verified and documented (except when product is how" of the individual processes and practices,providing detailed guidelines for operators or released under recall procedure guidelines). process/system users, in order to ensure: -investigate experienced problems and instigate appropriate corrective actions -repetitive quality of product and uniformity of the processes and practices -maintain relevant records -compliance to the regulations, standards and guidelines - safe working practices and sound quality b) Quality Assurance Department shall: -consistency and continuous compliance of the quality system with Quality Policy and ISO -plan and document required quality verification activities on Quality Plan 9002:1994 requirements - inspect and dispose product on "HOLD", where required -methods for meeting the requirements for quality are defined and documented. -issue Quality Assurance Report,where applicable -assist in investigation of the experienced problems and implementation of their countermeasures 2.2.2 STANDARD OPERATING PROCEDURE - RESPONSIBILITY -perform periodical Internal Quality Audits -maintain relevant records The department Managers shall be responsible for initiating, effective implementation, . monitoring and control of SOP's within their respective areas of supervision. 2.10.4 FINAL INSPECTION AND TESTING 2.2.3 STANDARD OPERATING PROCEDURE - PROCEDURE 2.10.4.1 FINAL INSPECTION AND TESTING - PURPOSE a) Standard Operating Procedure may be issued by any authorized employee. The purpose of this procedure is to define Quality Assurance activities involved in the Final b) Standard Operating Procedures shall be issued in all cases, when: Inspection and Testing process at Simpson Power Products Ltd.,and to ensure that: - there are safety, quality, productivity or environmental concerns a) quality of the finished product is verified in accordance with the Quality Plan and relevant -standardized and uniform/repetitive processes are required by regulations Standard Operating Procedures and its quality conforms to the Product Specification and -continuity of the established practices and processes shall be ensured BOM requirements -standardization is required in order to stabilize performance and set basis for further b) inspection and test results,including those relevant to receiving or/and in-process inspection improvement stages have been carried out,verified and meet specified requirements c) Existing Standard Operating Procedures shall be reviewed during the internal audit stage c) all planned activities involved in final quality verification are completed,and the associated and on an as required basis. Recommended changes, if any, will be documented in the data and documentation are available and authorized. Internal Quality Audit Report. d) only finished product of a satisfactory quality is released to the customer,except for product d) "Ownership" of the Standard Operating Procedures shall belong to the originating department. released under positive recall conditions e) Standard Operating Procedures shall be sufficiently detailed to accomplish the task and to b) "Minor" - other purchased products (consumables, minor components), having no impact provide explicit,clear,accurate and to the current revision level information. or very minor impact on quality. f)Range and degree of detail defined in the Standard Operating procedures shall be dependent upon the complexity of work,the methods used,and the qualifications needed by personnel responsible for specific activity. g) Standard Operating Procedures shall make reference to other elements of Quality System documentation,where applicable. h) Standard Operating Procedure (SOP) is a controlled documentQuality File Name: SlIV12-2 • DOC Standard Operating '.•- of Quality -Issue:2 Assurance .• - 1 D• • ' • • • '.•- • Department Date • • e• • .. •. 1 •• Section: 1 QUALITY MANUAL ELI- 2.10.4.2 FINAL INSPECTION AND TESTING - RESPONSIBILITY SOP 40 - 1 AND 40-6 2.0 PROCEDURES The Manager,Production shall be responsible for ensuring that:. • criteria are met,as specified in the Factory Acceptance and Test Plan,Build Book and Traveler • identification and status of the inspected/tested product is maintained. 2.1 QUALITY SYSTEM REVIEW • non-conforming product is identified,separated (where practicable) and disposed,as required. • adequate records of final inspection and test are maintained. The Manager, Quality Assurance and/or authorized Quality Assurance personnel shall be 2,1,1 QUALITY SYSTEM REVIEW - PURPOSE AND DEFINITION responsible for confirmation of quality at Final Inspection and Test stage, and sign-off of Traveler and Factory Acceptance and Test Plan,as required. The Purpose of this procedure is to set guidelines according to which the management of the Company will be able to determine whether the quality system implemented at Simpson Power Product Ltd. is effective, properly maintained and conforms to the ISO 9002:1994 Standard,Quality Policy and Quality Objectives. 2.1.2 QUALITY SYSTEM REVIEW - RESPONSIBILITY SUPPLIER CUSTOMER INSPECTION•4 THE QpPUER NSPECTION•Y THE CUSTOMER It shall be the responsibility of the President and Vice President, to maintain control over and to ensure compliance within the company of the Quality System Review to the guidelines °� • • defined in this procedure and its continuous suitability and effectiveness. RecOnnNoIaPecrwN Ftra�,nuoR Departmental Managers shall be responsible for assistance during the Quality System Review, investigation of discrepancies and timely implementation of the required corrective/preven- tive action(s). ..,BTl�1E ':� i',SHIPPIH3 Vi assEMBLIHo �lNaL = 2.1.3 QUALITY SYSTEM REVIEW - PROCEDURE FaeRlcnTioH INSPECTION,.':-' General guidelines are detailed in Company Standard Operating Procedure (SOP) SOP 10-2 OPER OPER OPER OPER OPER OPER OPER OPER OPER OPER OPER OPER OPER "'°" "TOR "TOR "TOR ATOR "nR "TOR "TOR "TOR "TOR "TOR ATOR "TOR The Quality System Review shall be performed on a yearly basis. 2.1.4 QUALITY SYSTEM REVIEW - RECORDS E. .. Adequate records as well defined in the Quality Assurance Manual, either manual or elec- tronic,shall be maintained. Quality File Name: 1 D• Page: 4 of 4 DOC Quality System Page: 1 of 1 Assurance Issue: • Inspection and Testing DepartmentD. 1 •• •. D. 1 •. Review TM QUALITY MANUAL 1.13 ORGANIZATION CHART 2.11 INSPECTION, MEASURING AND TEST EQUIPMENT 2.11.1 INSPECTION, MEASURING AND TEST EQUIPMENT PROCEDURE SOP 40. 4 The purpose of this procedure is to ensure that inspection, measuring and test equipment S 1 M PSO 1M POWER PRODUCTS LTD. (including test software) is: • properly selected, stored,calibrated, verified and maintained at all stages of the Simpson Power Products Ltd. quality assurance and quality management system. PRESIDENT • used by Simpson Power Products Ltd. to demonstrate the conformance of the product to &CHAIRMAN - I specified requirements • used only when measurement uncertainty is known and consistent with required capability of EXECUTIVE SUPPORT the measurement ASSISTANT STAFF I • calibrated in accordance to a defined and documented process which includes equipment VICE PRESIDENT, VICE PRESIDENT, I type, identification, location,calibration frequency,calibration method,acceptance criteria SALES & FINANCE & — —-—-—-—-—-— ' and action taken when calibration results are unsatisfactory MARKETING OPERATIONS I • The following definitions apply: • Calibration- the comparison and subsequent adjustment or repair of a measurement instr ment of unverified accuracy to a measurement instrument of a known accuracy. • Calibration Verification-verification of the inspection equipment calibration status in orde MANAGER, MANAGER, MANAGER, MANAGER, MANAGER, MANAGER, INDUSTRIAL CUSTOMER FINANCE& ENGINEERING 8 to establish, if measurement equipment performs within required performance specification. MARINE SALES PRODUCTION SERVICE ADMINISTRATION CONTRACTS I q p 2.11.2 INSPECTION EQUIPMENT - RESPONSIBILITY MARINE MANAGER MANAGER, EXPORT SUPERVISOR ASSISTANT SUPPORT QUALITY SALES REP SALES MGR'S CONTRACTS 8 PURCHASING SERVICE MGR STAFF BC QUOTATIONS ASSURANCE It shall be the responsibility of the Quality Assurance Manager, to maintain control over and MARINE ensure compliance with all relevant procedures and standards related to inspection,measuring SALES REP'S SALES REFS SUPERVISOR SUPPORT SUPPORT SUPERVISOR West Coast USA HEastern Canada QUOTATIONS STAFF STAFF ACCOUNTING and test equipment.QUALITV CONTROL MARINE TECHNICIAN SALES REP SALES REP'S MARINE SHIPPING/ SERVICE INTERMEDIATE East Coast USA West Coast USA QUOTATIONS RECEIVING PERSONNEL ACCOUNTANTS CAD 2.11.3 INSPECTION EQUIPMENT - CALIBRATION FREQUENCY MARINE PRODUCTION ACCOUNTS STAFF SALES REP'S SUPPORT PARTS SALES REP Midwest USA STAFF CHARGE/LEAD LEADHANDS PAYABLE/ South USA HANDS LRECEIVABIE Calibration or verification of inspection and test equipment is conducted in intervals as defined WESTERN SALES REFS REGION in p O Equipment PARTS PROJECT the Inspection E Ulment Log and Calibration Schedule. PRODUCTION 1" South USA SALES REFS PERSONNEL PERSONNEL MANAGERS PRODUCT SUPPORT MANAGER SERVICE SALES •Quality File Name: SIM-1-13 DOC Quality - Responsibility Page: 1 of 1 Quality File Name: SIM2-11 DOC Inspection, Measuring Page: 1 of 1 • Assurance Issue: • DepartmentD. 1 •• . • • • .. D. 1 •• • • • Equipment • QUALITY MANUAL -;L- A 2.12 INSPECTION AND TEST STATUS 1.12 CROSS-FUNCTION QUALITY MANAGEMENT 2.12.1 INSPECTION AND TEST STATUS - PURPOSE Responsibility, authority and interrelation of the Simpson Power Product Ltd. Personnel involved in supervision and contributing to quality verification process is reflected below. The purpose of this procedure is to describe methods utilized for identification of the product inspection and test status at all stages of product manufacturing and servicing at Simpson ISO Area/Activity Pres V.P. Q.A. Eng. Prod Purch Sales Cust Ad Power Products Ltd. Selected Inspection and Test Status means shall clearly identify confor- Ref. Sery min mance or nonconformance of the processed product and shall be traceable to relevant inspec- 4.1 Management Responsibility O 0 tion and test records. 4.1.1 Quality Policy + 0 + + + + + + + 4.1.2.1 Responsibility and Authority 0 + + + + 4.1.2.2 Resources 0 + + + 2.12.2 INSPECTION STATUS IDENTIFICATION - RESPONSIBILITY 4.1.2.3 M mt Representative 0 + 4.1.3 Mana ement Review + 0 + + + + + + 4.2.1 Quality System-General + 0 + + It shall be the responsibility of the Manager, Quality Assurance to maintain control over and Quality System Procedures 0 + O + + + + ensure compliance with Quality Plan and relevant Standard Operating Procedures related to 4.2.4.2.2 Quality System PlanningO + + the inspection and test status identification. 4.3 Contract Review + + + + 0 4.5 Document Control 0 + + + + The Manager,Production and, directly,all production personnel (applies to both Marine and 4.6.2 Purchasing-Supplier Assl + + 0 + Industrial sections) shall be responsible for ensuring that: 4.6.3 Purchasing Data + + 0 + -product quality status is identified at all stages of processing 4.6.4.1 Quality Audit at Supplier 0 + + -all product which is nonconforming or of unknown/suspect quality status is clearly identified 4.6.4.2 Customer Audits 0 + + and separatedfrom product of known and satisfactory quality status 4.7 Customer-supplied Product + 0 + + -only product that has passed required inspection and tests (or released under concession) is 4.8 Prod. Identifffraceability + 0 + processed further,released, shipped,used or installed. 4.9 Process Control + 0 4.10.2 Receiving Inspection + 0 + 4.10.3 In-process Inspection + 0 2.12.3 INSPECTION STATUS IDENTIFICATION - PROCEDURE 4.10.4 Final Inspection O 0 + SOP 40- 1 AND 40 - 2 4.10.5 Inspection Records + 0 + + 4.11 Inspection Equipment + 0 + + The below principles of inspection and test status identification shall be followed: 4.12 Inspection Status + 0 + + 4.13 Non-conformity Control 0 + + + 2.12.3.1 Inspection status shall be identified with appropriate tags and stamps 4.14.2 Corrective Action + 0 + • "HOLD" Tag:*awaiting inspection 4.14.3 Preventive Action O + + + *of unknown or suspect quality status 4.15 Handlin ,Store e, Pack'n + O 0 + *awaiting disposition: 4.16 Quality Records 0 + + + *awaiting rework 4.17 Internal Quality Audits 0 + + *used "as is" or with accepted deviation under concession 4.18 Training + + + + + + + + 0 • "REJECT" Tag together with "HOLD" Tag; all product with appropriate final 4.19 Servicing + + 0 disposition which is: 4.20 Statistical Techniques 0 + *awaiting return to the supplier or customer O = direct responsibility + _ "contributor" or "customer" * to be scrapped or destroyed *to be disposed otherwise Quality File Name: D• • ' • • .•- • Quality File Name: SIMl-12 tr• • • Page: of Assurance Issue: b Assurance Issue: a Department D. 1 •• Test Status - • Department D. 1 •• Quality Management Section: QUALITY MANUAL 1.11 .1 QUALITY - RESPONSIBILITY AND AUTHORITY ( COnt'd ). • "INSPECTION STAMP" only; all product which is: *returned to fully conforming status • *successfully reworked to fully conforming status (and re-inspected) Control of further processing of non-conforming product until the deficiency or was inspected by Q.A.at any stage of its processing and found full conforming unsatisfactory condition has been corrected. • Independent problem investigation(product,process or system failures) Note: Inspection and Test Status shall be also continuously indicated on the Traveler with • Verification of corrective / preventive actions effectiveness inspection stamp or operators initials, indicating specific quality verification stage • Monitoring and assessing supplier performance by reviewing the suppliers records and/or and its outcome. performing supplier audits. • Proper maintenance of all Quality records through identification,collection, filing, storage and disposition, and in keeping with Company policy and Customer requirements. . _.... .,INSPECTION.ANDTEST;STATUS IDENTIFICATION. 3. 1 NON-CONFORMING sPEcr PROD •wa CONFORMING t . (INSPECTED DssuROD'N , DUCT }ti HOLD TAG QUALITY` ENTRY IN TRAVELER ' inspection hi( j � �� • • [ (A INSPECTION STAMP] or(�nspeot o^Stamp)L� + NO A ti MorsUBesNI., VERIFIED AND O.K. CONCESSION REWORK t „ ti ., 1., ,1�f.;. (USE AS IS) (CONCESSION INDICATED) (REWORK INDICATED) INSPECTION A HOLD TAG�(� 1 SPEC IONST..M.. (+InspectoDStemp) N TAG (HOLD tag removed)P (+Inspection Stamp) ,r I y . !t v" 77 CONCESSION ACCEPTa.+. REJECT }: ,�-•• � -' �'" C-" x_�" (REINSPECTED) REINSPECTED) .• (TO SUPPLIERISUB-CONTRACTOR) T i ;, � / " v .n a� jHOLD TAG INSPECTION STAMP REJECT TAG +Ins coon Stamp) HOLD to removed (+Inspection Stamp) l I r (p 4 - ._ yp.....,.�i , a i Y.,' -=sr ,N." F' _� P8 tom) 1 g ) p r . f, Quality File Name: 1 •• Responsibility •• •e • Assurance Issue: • 11 Section: • Section:•. Date 1 •• . • • Department Date 1 •. SIR M 20 M QUALITY MANUAL 2.13 CONTROL OF NON-CONFORMING PRODUCT 1.11 QUALITY - RESPONSIBILITY AND AUTHORITY 2.13.1 CONTROL OF NON-CONFORMING PRODUCT - PURPOSE The Manager, Quality Assurance is directly responsible for quality of products/services SOP 20 - 1, 40 - 2 delivered by Simpson Power Product Ltd. Each employee of Simpson Power Product Ltd. shall be responsible for quality of the The purpose of this procedure is to ensure: manufactured product and delivered services. Level of authority and responsibility for • control the nonconforming product is performed according to documented and mai quality shall follow departmental boundaries, as defined in Section 1.12 - Cross-function tainedprocedure(s) • control of the nonconforming product,at any time and at any stage of its processing and to Quality Management,and described in the individual'employees job descriptions. prevent its further use, processing or installation • Every employee involved in quality verification process or directly contributing to quality of • steps necessary to control a product released for urgent production purposes prior to its verification final product/service shall have the responsibility and authority to conduct their job and • proper identification,documentation, evaluation,segregation and disposition of actions in such a manner that the quality objectives are achieved. nonconforming product • that information about nonconforming product was communicated to the functions concerned • Management shall be responsible for providing adequate resources essential to the implementation of the Corporate Mission,Quality Policy,Quality Objectives and the Quality Nonconforming Product is defined as an item that does not conform to the Simpson Power Strategy. Personnel involved in quality verification process,Quality Assurance activities and Products Ltd. specified requirements,or an item of unknown or uncertain quality status. Quality Audits shall be adequately trained,equipped and shall maintain independence of the work or system being verified. 2.13.2 CONTROL OF NONCONFORMING PRODUCT - RESPONSIBILITY . • 1.11.1 MANAGEMENT REPRESENTATIVE It shall be the responsibility of the Manager,Quality Assurance to maintain control over and • The Manager;Quality Assurance is appointed and independent from functions involved to ensure compliance with all relevant procedures related to the nonconforming product. in product/service processing (for reference see Section 1.13 -Organization Chart). • The Manager,Quality Assurance shall report directly to the President on the Authorized Quality Assurance personnel shall be responsible for daily review of the noncon- performance of the Quality System and for Quality System improvement purposes. forming product quality status,its proper disposition and investigation of the non-conform- It is the responsibility of the Manager, Quality Assurance to ensure that the Quality System is ing material cause(s). properly implemented and maintained. The Manager, Quality Assurance shall ensure in Specific responsibility for review and authority for disposition of the nonconforming product particular: is defined in the Quality Assurance Manual, Section 2.7 and relevant Standard Operating • Cyclical review and updating of the Quality Manual and the Quality Assurance Manual to Procedures. reflect any technological progress, improvements and other changes as required. • The development and implementation of a Quality Plan to meet the specific needs of the Customer. • Control of all documentation, manuals, drawings, procedures, instructions, etc. in accordance with controlled documentation change procedure. • issue and control of Standard Operating Procedures ( SOP). • Control of non-conforming material/products and initiation and monitoring of corrective and preventive activities. Assurance Issue: c Sectin: 13 Assurance Issue:Quality File Name: SIM2-13 DOC Control of Nonconforming Page: 1 of 2 Quality File Name: SIM11-11 DOC Quality - Responsibility Page: 1 of 2 DepartmentD. 1 •• • • • .. D. 1 •• . • • • QUALITY MANUAL 1.10 QUALITY SYSTEM (Cont.d ). 2.13.3 CONTROL OF NONCONFORMING PRODUCT - RELATED PROCEDURES 1.10.2 QUALITY SYSTEM - RESOURCES Company internal Quality Assurance Manual Sections 2.6,2.7 and 2.17,and the related Standard Simpson Power Products Ltd. continuously reviews resources required for uninterrupted Operating Procedures (SOP) detail the operating guidelines. maintenance of the Quality System. Identification and review of resource requirement includes: • interchangeability of the personnel performing key function in the Quality System operations CCN7ROL OF NOIIt-CQ ,ORNNI ,PRODUC'T • assignment of trained personnel for management, performance of work and quality - -- INSPECTION AND TESTING - verification activities • personnel necessary to ensure required capacity and capability of the contracted work ` NON-CONFORMING - • material resources (i.e. financial,equipment,training, etc.) ;; PRODUCT • personnel required for effective performance of Quality Audits. VERIFIED AND O.K. CONCESSION REWORK (uSE/S4-NLLY CONFORNNG) (OEVMt10N ACCEatE01 IxERE iE9BlE) 1.10.3 QUALITY SYSTEM - DOCUMENTATION STRUCTURE s .,;. ..... .... ......... ...:. ... ..... . . .. ... INSPECTION AND TESTING The below illustration represents general structure of Simpson Power Products Ltd. Quality System documentation structure. y CONCESSION ACCEPT } IoEVMnox+ocev M lwuv ecxraanixcl REJECT SIMPSON POWER PRODUCTS LTD. DUALITY SYSTEM DOCUMENTATION STRUCTURE ;FurALdseosmow DISPOSE OTHERWISE SCRAP RETURN TO SUPPLIER =` VISION QUALITY MISSION MANUAL POLICY STRATEGY OBJECTIVES AUTHORITY AND RESPONSIBILITY COMPLIANCE TO ISO 9002 REQUIREMENTS QUALITY GUIDELINES ASSURANCE SPECIFIC FORMS MANUAL DETAILED PROCEDURES CRITERIA PROCEDURES INSTRUCTIONS STANDARDS MANUALS REGULATIONS "KNOW-HOW' RECORDS • • Quality — — I DOC Page: 2 of 2 ! DOC Control of DepartmentAssurance Issue: d Quality Systems D. 1 •• Section: 1 DepartmentD. 1 •• Nonconforming Product • QUALITY MANUAL 2.14 CORRECTIVE / PREVENTIVE ACTION 1 .10 QUALITY SYSTEM 2.14.1 CORRECTIVE/PREVENTIVE ACTION PROCEDURE - PURPOSE The Quality System implemented at Simpson Power Products Ltd.conforms to ISO 9002: 1994 Standard it is designed and documented to provide a planned and systematic approach to meet This procedure is to document methods utilized for quality problem identification and reporting, consistently customer requirements and corporate quality objectives of Simpson Power resulting corrective and preventive actions, and verification of implemented quality problem Products Ltd. countermeasure(s). The Simpson Power Products Ltd. Quality System is aimed at: • manufacturing process monitoring • eliminating causes of unsatisfactory performance at all stages of the Quality loop 2.14.2 QUALITY PROBLEM - DEFINITION • maintaining the Quality objectives at an optimum cost. • identification and integration of company-wide quality verification activities In order to assist in implementation of corrective/preventive actions proportional to the magnitude of problems and risks,the following classification of quality problems are provided: 1.10.1 QUALITY SYSTEM - STRUCTURE 2.14.2.1 Quality Problem is defined as: •substandard quality or performance of the product/service Structure of the Simpson Power Products Ltd. Quality System can be illustrated as below: •noncompliance to the specified requirements, and/or *nonconformance of the quality practices to the documented quality procedures P detailed in the QualityAssurance Manual and related Standard Operating Procedure(s), P g Ra1lJp►�JTY' S1/5TEM 2.14.2.2 Critical Quality Problem is defined as_a problem that experience indicate is likely to cause: ;. •.•:ncmimEs„. *unsafe conditions for those using,maintaining or depending upon the product or system • 1 z s a s s s " serious malfunction of the product or system CONTRACT REv1Ew TM F prolonged dissatisfaction with its performance or significant reduction of its planned usability RECEIVING Rom; kL FABRICATION 2.14.3 QUALITY PROBLEM - REPORTING suBcoNrRncTOR y ws J x: ASSEMBLYt X Quality Assurance Report may be issued following any quality problem,and in particular in effect of: FINAL INSP a resr • customer complaint or report of product nonconformity „„ FINALquolr ``' Yx POST-PRODUC710N .;.'-... .. • discrepancy report resulting from quality audit or quality system review £ • unsatisfactory performance based on analysis of the product/process rocess quality ualit data 3 HANDLING �t • identified malfunction or ineffectiveness of the quality system ' PACKAGING :�.:.' Ell concern regarding potential process/product/system failure Quality Assurance Report shall be initiated by an authorized personnel of the originating depart- PINGmfaksAILEs K 5 u� j ment as a communication tool for reporting ANY discrepancies which affect or may affect eoMMssloNlrlc r s - r..�: quality of the product or service. Description of the reported quality problem shall carry necessary information and/or technical data allowing for its meaningful further investigation. s TECH<SUPP0RT4 x • .: ••, :` .` MOT APPLMA•lP.� Legend 1�subcontfactor ttA; $m Anal Ir►specttorr and test . 3 s certlfled.product 8-statisticat Pv"MAUYe 3=iacelving tnspecUon 7 krtemat quality eYdit 4 In-process Inspectbn 8 quailttr sys>mem review - - a►synnwucneL. ! DOC Corrective/Preventive ! 1 D• Assurance Issue: c Sectin: 14 Assurance Issue: • Quality • Department Date 1 •• • • Department Date 1 •• ' QUALITY 1.9 QUALITY OBJECTIVES AND STRATEGY 2.14.4 QUALITY ASSURANCE REPORT - INVESTIGATION Simpson Power Product Ltd. strives to manufacture high quality products on which our In order to instigate preventive action(s), Simpson Power Products Ltd. Quality Assurance customers rely and in which we take pride. The Quality Objectives and Strategy listed below personnel (and personnel of other departments, as directed) shall investigate data reflecting represent an integral part of this company's management policies and its corporate philosophy. product quality, concessions, quality audit results, customer/service complaints and other quality records to detect,analyze and eliminate potential causes of nonconformance. 1.9.1 QUALITY OBJECTIVES: Investigation of the Quality Assurance Report shall be conducted within indicated time frame. Reported problem shall be verified (whenever possible) with the originator and investigation • To ensure that all business transactions of Simpson Power Product Ltd. are consistently shall aim at identification of the "root cause" of the problem. performed in a professional manner and to our customers satisfaction. • To deliver products and services that consistently meet or exceed requirements of the 2.14.5 QUALITY ASSURANCE REPORT - CORRECTIVE/PREVENTIVE ACTION company customer. The Managers of the departments investigating quality problem shall review an outcome of the • To continually improve upon product quality and all aspects of customer service eliminat- investigation, endorse defined and documented steps required to deal with non-conformity, ing costs attributable to quality deficiencies. and shall implement an effective corrective/preventive action within the agreed time frame. Changes to the Quality System documented procedures resulting from corrective and • To do things right the first time. preventive actions shall be implemented. • To involve all employees in the achievement of the quality objectives. The following flow chart refers • To maintain documentary evidence of achievement of these objectives. • " QUAIJTY AS8URANCE REPORT SUPPLIER 1.9.2 QUALITY STRATEGY: .I: CONTROL In order to build quality into Simpson Power Product Ltd. products and services the QUALITY INTERNAL NON-CON Po R M INc following strategy shall be followed: SYSTEM QUALITY PRODUCT REVIEW AUDIT I PROCESS • To develop, implement and maintain a Quality System to conform with ISO 9002:1994 CONTROL requirements. QUALITY '. INTERNAL WARRANTY SYSTEM QUALITY CLAIMS I'- REVIEW AUDIT • To establish,implement and continually strive to improve work practices documented in PLAN PLA" s`DP PROCESS relevant procedures applicable to all aspects of the company operations. Scope: Scope: PRODUCT I e PRODUCT QUALITY SYSTEM QUALITY SYSTEM QUALITY SYSTEM CAPACITY I,! CAPABILITY • To utilize appropriate quality verification techniques in order to ensure conformity during seer QUALITY INTERNAL QUALITY INCLUDED ;OPTIONAL 's manufacturing or customer services, including comprehensive inspection and testing of the SYSTEM QUALITY ASSURANCE roduct to s ecified customer re uirements or a licable standards (ex. CSA,UL,ABS, REVIEW REPORT AUDIT REPORT REPORT p p q pp -T..,. ,e... Lloyds) QUALITY SYSTEM INTERNAL QUALITY QUALITY ASSURANCE RE VIEW REPORT LOG I AUDIT REPORT LOG I REPORT LOQ - I • To continuously review and improve quality management and manufacturing CUSTOMER STO M E R techniques aiming at market leadership and total satisfaction of our customers. Input Fesdback; • To ensure that Quality Policy is understood, implemented and maintained at all levels. DepartmentQuality File Name: SIM1-9 DOC Quality Objectives Page: 1 of 1 Quality File Name: SIM2-14 DOC Corrective/Preventive Page: 2 of 2 Assurance Issue: a Section: Date 1 •• • • Strategy • Department Date 1 •• Action QUALITY MANUAL 2.15 HANDLING, STORAGE, PACKAGING, PRESERVATION QUALITY POLICY AND SHIPPING It is the policy of SIMPSON POWER PRODUCTS LTD to establish and maintain a 2.15.1 HANDLING, STORAGE, PACKAGING, PRESERVATION AND prevention oriented system under the International Organization of Standards SHIPPING - PURPOSE ISO 9002 : 1994. The purpose of this procedure is to ensure, that appropriate steps are taken according to We are firmly committed in satisfying our customer needs and expectations and documented and maintained procedures,in order to avoid damage and/or deterioration of product to continuously improve the systems and processes so that the Quality objectives quality during handling, storage, packaging and shipping of the product processed by Simpson may be achieved and in so doing we will heighten employee Quality awareness and Power Products Ltd. most importantly customer satisfaction. With these expectations SIMPSON POWER PRODUCTS LTD will achieve Employee 2.15.2 HANDLING, STORAGE, PACKAGING, PRESERVATION AND and Customer Satisfaction,Profitability and International Competitiveness. SHIPPING - RESPONSIBILITY Responsibility for protection of the product against damage or deterioration rests with all personnel of Simpson Power Products Ltd. involved in handling, storage, packaging, preservation and storage of the product at any stage of its processing. Manager, Production with Manager,Parts and other department managers are responsible for • • overview of the practices related to product handling, storage, packaging, preservation and shipping, their documenting and utilization in compliance with established Production President Procedures Manual and relevant regulations. Vice President, Finance& Operations 2.15.3 PRESERVATION Vi7 Presiden , Sales & Marketing Condition of the preserved product shall be periodically assessed as defined in Section 2.15.4, and appropriate steps shall be taken(i.e. stock rotation,reduction of stock-on-hand,etc.) when _, unacceptable degree of product quality deterioration is identified or foreseen. All product Manager, Quality Assurance under control of Simpson Power Products Ltd. shall be identified and segregated,as defined in ' applicable Standard Operating Procedures. A, a er Industrial Sales matfdg an 2.15.4 SHIPPING �.o to r Servi e The consignment shall be shipped from Simpson Power Products Ltd. adequately protected Man�Zger, Production Ma ger, us against damage during transportation to the destination. This requirement applies to all product shipped from Simpson Power Products Ltd. after final inspection and test stage and Manag r, ngineering & Contracts Manager, Finance &Administration shall reflect customer requirements, whenever specified in contractual agreement. Shipping personnel shall ensure that utilized transport means are capable of protecting the shipment from adverse shipping conditions likely to cause damage or deterioration of product. 0'uality File Name: SIM2-15 DOC Handling, Storage, Packaging, Page: 1 of 2 Quality File Assurance Issue: • Assurance Issue:- • Name:• PolicySection: •. •. - 1 •• . • . • • • • .. •. - 1 •• . QUALITY MANUAL 1.7 CORPORATE MISSION STATEMENT 2.15.5 HANDLING, STORAGE, PACKAGING, PRESERVATION AND SHIPPING - RELATED PROCEDURES SOP 30 - 1 Simpson Power Products Ltd. corporate objective is to design, sell, manufacture and service generator systems and marine propulsion systems competitively while improving product quality,keeping costs under control and listening to our customers. For detail refer to the Quality Assurance Manual Section 2.8 and related Standard Operating Procedures which provide additional guidelines. Our goal is to produce the highest quality product. 2.15.5 Flow Chart-Handling, Storage,Packaging,Preservation and Shipping We aim to give service and technical support in order to ensure that our products are properly installed,maintained and in good working order. :--!HANQIING STORAGE PACKAGING PRESERVATION AND.SHIPPING We continue to develop new product lines and to constandly improve our products in I ' order to better suit the needs of our customers. PUR``"c'iis�oPaooucT � �k`iHANDIING.��e• We strive to ensure that our customer is fully satisfied with the SIMPOWER product. erCcosuFe faeaicanor BMW- 0 HnNoiaticR�� �. � .�,. T'�TINO AND F@tAL�IlISPEC'I{ODf 3' • ke�PiNAL AUD Iffl 3� .. s �=°k .. NIP�P�•6 AUDIT 6RARiES�- Vcan Quality File Name: SIM2-15 DOC Quality File Name: SIM1-7 DOC Corporate Page: 1 of 1 Handling, Storage, Packaging, Page: 2 of 2 Assurance Issue: _ �,_ .. 'y ,�','�r ®C� ��`4 r I�'�,s N Via;.=-...•.' � &HIPFIND' � .n wwmi • • Section: 2.15 QUALITY MANUAL 2.16 QUALITY RECORDS 1.6 COMPANY HISTORY Simpson Power Products Ltd. founded in 1969, is a Canadian company with manufacturing 2.16.1 QUALITY RECORDS - GENERAL operations in British Columbia. The company manufactures Generator Systems as alternate power or standby sources, designs and builds engine drive/propulsion systems for marine Purpose of this procedure is to ensure that quality records are properly identified, applications, pumps, cranes and sawmills and provides 24 hour emergency parts and service documented,indexed,stored,maintained and disposed of in a manner,which meets customer support SIMPOWER customers. requirements and follows the guidelines of ISO 9002 Quality Management and Quality Assurance Standard. This procedure applies to all areas generating,collecting,storing, access- Simpson Power Products Ltd.has grown from its modest beginnings to what is now the largest ing and disposing quality records. volume Generator Set manufacturer in Canada, employing 70 people, with a consistent sales growth over the last 5 years in excess of 20% per year, to$30 million in 1996. Simpson Power Products Ltd. quality records are represented by(but not limited to) the following: • inspection and test records (receiving,in-process and final inspection and testing) Simpson Power Products Ltd. in 1994 moved to a new purpose built 52,000 sq. ft. building • subcontractor quality records, including purchased product certificates of compliance with expansion and growth capability. • measuring equipment calibration records • Internal Quality Audit records • Quality Assurance Reports • customer claims and complaints • any other documents retained either in hard copy or/and electronic means and providing a proof of adequate quality verification activities,pertaining to quality of the product or otherwise serving as an objective evidence of the quality system effectiveness. ' 3 2.16.2 QUALITY RECORDS - RESPONSIBILITY It shall be the responsibility of all department managers within boundaries of their authority k � l and responsibility to ensure legibility of the quality records and to maintain control over and $` ensure compliance with procedures relevant to quality records. f� Manager Quality Assurance shall be responsible for setting up and maintaining a complete and ..y ®? e accurate file of all Quality Control/Inspection and Quality Assurance records, and , Ti pertinent subcontractors quality records, as outlined in this Manual and in relevant Sections the internal Quality Assurance Manual. 2.16.3 QUALITY RECORDS - PROCEDURE n 2.16.3.1 Quality records shall be identified,indexed and easily accessible. 2.16.3.2 Quality records shall be retained for a minimum period of 5 (five)years,unless 4 A � R specifically required otherwise. " t ! • DOC Page: 1 of 3 ! • D• Assurance Issue: b Quality Records 16 Assurance Issue: b • • . History •. D. - 1 •• • D•.. •. - 1 •. Section: QUALITY MANUAL 1.5 COMPANY PROFILE Simpson Power Products Ltd. is Canadian owned company with manufacturing and assembly 2.16.3.4 Obsolete records shall be: operations in Maple Ridge(near Vancouver)British Columbia. Sales in North,South America, a) removed from all points of use and/or storage. and Asia are handled either directly or through authorized Dealer/Distributor network. b) properly identified with description "OBSOLETE", defaced (if possible) and c) disposed of by the authorized personnel The company has experience in all aspects of the Generator Systems and Engine Propulsion business, specifically, engineering, sales, production, parts and service. 2.16.3.5 Quality records shall be made available to the customer's authorized personnel and regulatory bodies, whenever agreed contractually and by prior arrangement and approval by The company offers a complete range of diesel generator sets from 8 kilowatt to 3400 kilowatt Simpson Power Product Ltd. Management. a full line of mobile generator set systems and natural gas and propane fuel generators to 2400 kW.Simpower designs,manufactures,and markets engine drive/propulsion systems for both 2.16.3.6 Quality records shall be stored and maintained in a manner: marine and industrial applications from 20 to 5000 bhp. a) enabling their easy retrieval b) protecting stored records against deterioration or damage Simpson Power Products Ltd.is the largest Distributor of Mitsubishi diesel engines in North c) ensuring access to the records by authorized personnel only America. Long term relationships have been established with all other major component e) providing continuity and traceability of stored information/data suppliers. 2.16.3.7 Electronic quality records (i.e. computer disks,laser discs or magnetic tapes) shall be: The Company's sales success is the result of the company's commitment in responding to cus- a) stored and maintained far from sources of magnetic or electrostatic disturbances tomers requirements, specifications and quality requirements. which may compromise stored data b)protected against deterioration and/or damage i.e. excessive temperature,humidity,dirt,etc. • • c) records stored directly on computer's data storage facility either mainframe, networked or individual computers,shall be duplicated/backed-up at regular intervals. 2.16.4 QUALITY RECORDS - DOCUMENTATION SOP 10 - 3 Documentation of quality records, as defined in this Manual, the internal Quality Assurance Manual (Section 2.9) and other related Procedures shall be maintained, providing an evidence i� ®smm�oweR of conformance to specified requirements and the effective operation of the quality system. .. . .. QUALITY MANUAL 2.16.5 QUALITY RECORDS - RELATED PROCEDURES 1.4 QUALITY MANUAL For detail refer to the internal Quality Assurance Manual Section 2.9 and related Standard 1.4.1 QUALITY MANUAL - GENERAL Operating Procedures which provide additional guidelines. The object of the Quality Manual is to bring together the diverse functions that contribute to the overall quality of SIMPOWER products and services, its goals and objectives. The -VAL DOCUMENTATION`�'ANft"RECORQS:-,"'�`ITTY-:�SYSTEW- :,�� ....... Company Quality Assurance System is defined and documented in this Quality Manual which ............... PRODUCTION PROCEDURES MANUAL > describes the basic principles,structure and key procedures utilized for the quality verification .......... ........... process. The Quality Manual sets also basic rules for the development, implementation and .... .... . ......... PURCHASING PROCEDURES MANUAL'm��'�,-'�,�::"��;:'�:'� ........... maintenance of the Quality Management System to suit ISO 9002:1994 requirements. ........... POUCY STRATEGY T., MANUAL ........ QUALITY OBJECTIVES X SALES PRbtEDUAEVMA, AUTHORITY A TH ........—................... 0 .....................AUTHORITY %1� 0�e RESPONSIBUTY C. U C COWUANCE TO REVIEW AND REVISIONS SO 91=1 REQUIREMENTS .......... 1.4.2 QUALITY MANUAL AEROPE PROCEDURESMANUAL ...... ......� ,': .......... QUALITY GUIDELINES ASSURANCE FORMS STANDARDPRACTICES Quality Manual is comprehensively reviewed at least once a year,revised and re-approved on a � as required"basis.This Manual is originated by the Manager,Quality Assurance and endorsed ...MA ......... DETAILED PROCEDURES by the President of Simpson Power Products Ltd. Only the Quality Assurance Department is INSJ:k0tTi6NS STANDARD OPERATING AND authorized to make changes to the Quality Manual. Various personnel who contribute to this N Manual or represent parties interested in its contents shall submit proposed revisions to the PROCEDURES AND INSTRUCTIONS STANQAR CRITERIA S TANDARDS Manager,Quality Assurance for issue and distribution of the amendments. "K ........... 1.4.3 QUALITY MANUAL - CONTROL QUALITY RECORDS ......... It is the responsibility of Manager, Quality Assurance to maintain and control the master copy PRODUCTION RECORDS IF of this Manual, including the distribution and updates to the controlled copies. PURCHASING RECORDS If. SALES RECORDS Records of reviews, changes or amendments of individual sections and distribution of this SHIPPING I RECEIVING IF RECORDS . . ..... Manual shall be maintained as defined in its Section 2.5-Document and Data Control. �r a SERACE RECORDS .. . . . . ---------- TRAINING RECORDS emrtls?p V '• • Y J Quality File Name: SIM2-16 DOC Page: 3 of 3 Quality File Name: SIM-1-4 DOC Page: 1 of 1 Assurance Issue: b Quality Records Section: 2.16 Assurance Issue: a Quality Manual Section: 1.4 Department Date 17/10/96 • Department Date 17/10/96 QUALITY MANUAL 1.3 INTRODUCTION 2.17 INTERNAL QUALITY AUDITS Simpson Power Products Ltd. is the largest manufacturer in Canada specializing in industrial 2.17.1 INTERNAL QUALITY AUDIT - PURPOSE and marine power generation systems and propulsion units. Since its founding, the Company earned top reputation for design, production, distribution The purpose of this procedure is to ensure that: and service of diesel generator sets ranging from 8 KW to 3400 KW, in both stationary and • Quality System implemented at Simpson Power Products Ltd. complies with procedures mobile configurations,sold under the tradename SIMPOWER plus engines to 5000 bhp. defined in this Manual,Quality Assurance Manual and related Standard Operating procedures •Simpson Power Products Ltd.quality system complies with company Objectives defined in this Manual Product and service quality is prime in the company's future. Quality is considered to be the • implemented quality system is effective driving force for enhancing the company's reputation, retaining favorable market position, • identified discrepancies are corrected in a timely manner Internal Quality Audit activities ensuring future company's growth and contribution to profits. Simpson Power Products Ltd. shall be conducted by personnel independent of area being audited and is coordinated by the is committed to achieving on-going international competitiveness of all of its products and Quality Assurance Department. Internal Quality Audit forms an integral part of the Quality services. System review process,and is performed under direct supervision of the Simpson Power Products Ltd. senior management. For Simpson Power Products Ltd. quality means understanding the needs of our customers and responding to them in a timely manner, delivering products and services that consistently meets the customer requirements. 2.17.2 INTERNAL QUALITY AUDIT - RESPONSIBILITY At Simpson Power Products Ltd.,up-to-date technology is combined with a high level of trade skills. The investment in SIMPOWER product will be enhanced from the expertise of our The Manager, Quality Assurance is responsible for planning and monitoring Internal Quality • • Audits activity. Authorized selected Simpson Power Products Ltd. personnel independent of skilled and experienced workforce. those having direct responsibility for the audited area shall be responsible for conducting This Quality Manual shows our products quality tradition and our ongoing dedication to our Internal Quality Audits. quality system. The department managers and all Simpson Power Products Ltd. personnel shall: -assist Quality Assurance and other authorized personnel in conducting Internal Quality Audits. - take timely corrective action on deficiencies found during the audit 2.17.3 INTERNAL QUALITY AUDIT - RELATED PROCEDURES 90P10-1 S j A Yr Df SUPPLIER IIiTER`MA4QIIALITYAU y. `�� •, '��,_°� � sea„', ILr:--_-�.�.--,,. L CONTROL NTR ..:1 RUALITY INTERNAL N0N-00NF0RMING Milo SYSTEM I PRODUCT Jj REVIEW 0AUDITT PROCESS CONTROLQUALITY I SYSTEM INTERNAL i WARRANTY Q 7 UALY IT CLAIMS I.. REVIEW AUDIT "444 r1i ''�ri•kT' �® . — „ • PLAN NT PLAN SIMPSON 5 P, PPROCESS RSOeeD U.0 T PRODUCT AC APACOVAlI1Y SYSTEM OUALITY SYSTEM I'll CAPASI TY T E Y 1I I c •. '' ,o,., QUALITY I M INTERNAL QUALITY HClYNEO •PYfONAI SYSTEM QUALITY A88U RANGE REVIEW r R r REPORT t s. .,. m AUDIT IT REPORT POT REPORT I . ,w•`'` ' �r h eY :I ei Psi a ioi is i YTeAxA,auunr I P eun e��-A.1c I L .. ......... : CUSTOMER �: • • Fee•6SPN .: ... ... «. ......... .,e..... .... ..... ....,. .....,. . .......:... .,..,w..aaT:P6w .... Name:Quality File Page: •- of Name:Assurance Issue: • • Ility Page: • Department • • Department • Section: QUALITY MANUAL 2.18 TRAINING TABLE OF CONTENTS Manual Section Refers to ISO 9002 Section 2.18.1 PURPOSE AND POLICY 1.0 PREFACE To describe the Company's policy with regard to training of personnel. This procedure shall 1.1 Message from the President N/A ensure that Simpson Power Products Ltd. knowledge and skills are updated in pace with 1.2 Contents N/A identified requirements and satisfy company needs. 1.3 Introduction N/A 1.4 Quality Manual 4.2/4.2.1 Simpson Power Product Ltd. shall conduct training of personnel performing activities 1.5 Company Profile N/A affecting quality, aiming at: 1.6 Company History N/A a) adequate knowledge and standard of competency of personnel at all levels of employment 1.7 Corporate Mission Statement 4.1.1 b) qualification of personnel on the basis of possessed education,training and/or experience 1.8 Quality Policy 4.1.1 c) maximum utilization of available skills,experience and expertise 1.9 Quality Objectives and Strategy 4.1/4.2/4.1.1 d) continuous availability of qualified and interchangeable personnel 1.10 Quality System 4.2 1.11 Quality-Responsibility and Authority 4.1.2.1 1.12 Cross-function Quality Management 4.1.2.3 2.18.2 TRAINING - RESPONSIBILITY 1.13 Organization Chart 4.1/4.1.2.2/4.1.2.3 It shall be the responsibility of all department managers, within area of their authority, to 2.0 PROCEDURES maintain control over and ensure compliance with this procedure and, in particular,to ensure 2.1 Quality Systems Review 4.1.3 that training requirements for personnel within their departments are identified and • • 2.2 Standard Operating Procedure(S.O.P.) 4.2.1/4.2.2 interchangeability of the personnel is continuously maintained. 2.3 Quality Planning 4.2.3 2.4 Contract Review 4.3 The President shall be responsible for review of identified training needs and endorsement of 2.5 Document and Data Control 4.5 training programs required for employees, including managerial and technical staff. 2.6 Purchasing 4.6/4.6.1 2.7 Customer-supplied Product 4.7 The Manager, Finance and Administration shall be responsible for compiling of the endorsed 2.8 Product Identification and Traceability 4.8 training programs,allocation of adequate funds for training purposes and monitoring their use 2.9 Process Control 4.9/4.9.1 within allocated financial resources. The Manager, Finance and Administration shall be also 2.10 Inspection and Testing 4.10/4.10.1 responsible for training records. 2.10.1 Inspecting and Testing-General 4.10 2.10.2 Receiving Inspection and Testing-General 4.10.2 2.10.3 In-Process Inspection and Testing 4.10.3 2.10.4 Final Inspection and Testing 4.10.4 2.10.5 Inspection and Testing- Records 4.10.4/4.16 2.10.6 Inspection and Testing- Related Procedures 4.10.4/4.2.1/4.2.2 2.11 Inspection,Measuring&Test Equipment 4.11 2.12 Inspection&Test Status 4.12 2.13 Control of Nonconforming Product 4.13 2.14 Corrective / Preventive Action 4.14 2.15 Handling,Storage, Packaging, 4.15/4.15.1 Preservation and Shipping 2.16 Control of Quality Records 4.16 2.17 Internal Quality Audits 4.17 2.18 Training 4.18 . • 2. Servicing 4.19 2.20 20 Statistical Techniques 4.2020 • D• D• TrainingAssurance Issue: a • Section: 1.2 QUALITY - MANUAL 1.1 MESSAGE FROMR" � 2.19 SERVICING THE PRESIDENT IS } # x l 2.19.1 SERVICING - PURPOSE Simpson Power Products Ltd. quality philosophy includes involvement of ............... Purpose of this procedure is to ensure that, whenever contractually required, service activities all employees in quality, problem '" 4 r provided by Simpson Power Products Ltd. prevention and continuous improve- ment. e -are performed according to the established,maintained and documented procedures - meet contractual requirements and related activities are periodically verified and reported Simpson Power Products Ltd, strives to manufacture the highest quality The procedure applies to all quality verification activities performed at any stage of Simpson products on which our customers can A Power Products Ltd. product repair and overhaul,installation, commissioning d servicing. rely and in which we at Simpson P P g an sery g. Power Products Ltd. can take great ` ' pride. -- 2.19.2 SERVICING - RESPONSIBILITY This philosophy sets the foundation to our quest for excellence. It gives The Manager, Service shall be directly responsible for quality, efficiency and adequacy of the unique character to our business and `3 services provided by Simpson Power Products Ltd. motivates our employees to do better. Service,Production and Quality Assurance personnel shall be responsible for service activities and This company's goal to improve quality involves our customers and our efforts will gain their • • contributing to installation, commissioning and customer service activities within their area of confidence and build on our relationship.As a consequence,the company and our employees responsibility and authority, as defined in related Standard Operating Procedures. will continue to grow and succeed. Simpson Power Products Ltd. management, through quality implementation, aims at 2.19.3 SERVICING - PROCEDURE obtaining a significant participation in an increasingly competitive global market. SOP'S50 - 4, 50 - 5, 50 - 6, 50 - 7, 50 - 9 & 50 - 11 We can succeed with this full long term commitment with the active participation of all of our employees and suppliers. 2.19.3.1 It is the policy of Simpson Power Products Ltd. that,all service activities provided by the Company or its authorized representative shall follow the guidelines defined in this procedure, Simpson Power Products Ltd. Quality System and our dedication to quality will ensure our Section 2.20 of the Quality Assurance Manual and relevant Standard Operating Procedures: success. a) Whenever service activities are performed in-house on customer-supplied product, Charles Butterfiel these activities shall be conducted in accordance to applicable procedures contained in the Quality Assurance Manual. b) Whenever service activities are performed on-site(at customer location),Service personnel or other authorized Simpson Power Products Ltd. personnel shall follow relevant procedures contained in the Service Procedures Manual. President • • Quality File Name: SIM1-1C DOC Message from Assurance Issue: • e: 1 of 1 Quality File Name: SIM2-19 DOC • DepartmentDate 1 •• • Section: .. D. 1 •• Section: QUALITY MANUAL K,MS1A4X'0WERm 2.20 STATISTICAL TECHNIQUES 2.20.1 STATISTICAL TECHNIQUES - PURPOSE QUALITY MANUAL The purpose of this procedure is to define the need, selection and use of chosen statistical techniques at Simpson Power Products Ltd.: This is a condensed version of the Quality Assurance Manual • to quantitatively analyze data gathered during production and/or service cycle. • to establish, control and verify process capability and product characteristics,where applicable 2.20.2 STATISTICAL TECHNIQUES - RESPONSIBILITY Please note: It shall be the responsibility of the Manager,Quality Assurance: 1.0.1 Copyright • to assess the need and application of statistical techniques throughout Simpson Power Products Ltd. Quality Operations Manual is the property of Simpson Power Products Ltd. and may not be • to collect, review and,where appropriate, analyze gathered statistical data reproduced in whole or in part, in any form,by any means or in any manner whatsoever, without expressed permission of the Originator. The Manager, Production shall ensure that production personnel involved in practical use of statistical techniques is trained in their use and assistance is provided to the Quality Assurance Department in gathering statistical data. • • Hand SIMPOWER is a registered trademark of Simpson Power Products Ltd. 2.20.3 STATISTICAL TECHNIQUES - PROCEDURE 1.0.2 Confidentially The below statistical techniques are selected for use at Simpson Power Product Ltd.: Statement of Confidentiality Techniques: Applications: It is considered by the Company's Management that this Manual should be available to all a) Histograms Performance monitoring (in-plant,supplier,etc.) Simpson Power Products Ltd. customers, whenever required, for their appreciation of our b) Pareto Charts Problem analysis,countermeasure effectiveness commitment to Quality, and no confidentiality is intended. c) Check Sheets Traveler, inspection and test,quality audits,quality system reviews Note 1: All product manufactured and/or serviced by Simpson Power Product Ltd. is 1.0.3 Indemnity subjected to 100% in-process inspection and final inspection and testing,as defined in the Traveler. Note 2: Due to volume production and highly customized character of Simpson Power This Manual is provided to you for use in connection with Simpson Power Products Ltd. marketing and other business activities. The enclosed information is supplied on a condition that Products Ltd. product, there is no practical use of advanced statistical techniques. Simpson Power Products Ltd. shall not be liable nor can accept any responsibility for any loss or injury arising from use of information contained in this Manual. Quality File Name: 1 DOC Page: of 1 DOC Copyright, Confidentiality .•_ of TechniquesAssurance Issue: a Statistical •. D. - 1 •• Section: 1 • .. D. 1 •• . • • Section: 1 TM MPSQSERVING ALL YOUR POWER REQUIREMENTS M911 WJ 20 1"A EAq T M LM Jt >,. SIMPSON ' ._1 SALES = Y Our quotation and sales personnel are trained to assist - ,/• customers in analyzing requirements and recommending the proper size f - and style of systems to fulfill / • • your needs. J .R ENGINEERING Many customers have found our Power Engineering Group helpful in overall system design and specification. All drawings are M U produced with state-of-the-art CAD technology. I t' PARTS & SERVICE SIMPSON POWER has an �. international arts and service _ network which provides 24 hour N ' � Alp t _ emergency parts and service support. We are the largest _ - - stocking distributor of Mitsubishi engines and parts in the Western Hemisphere. • ° DISTRIBUTOR: �" 1 Specifications subject to change without notice. SP013 Printed in Canada 12/96 --''�• • �0.E0 C � , • •,• . 9002 SIMPOWER 2 YEAR LIMITED WARRANTY For products used in Stand - By Applications EFFECTIVE JUNE 311999 1. DEFINITION "Stand-by" applications refer to products or parts thereof("Products") used as backup or secondary source of electrical power for which operation is based on the Simpson Power Products Ltd. ("SIMPOWER")stand-by rating at time of sale,for the duration of the power outage. 2. TERM OF LIMITED WARRANTY SIMPOWER warrants for the periods set forth below that goods manufactured or,supplied by it will be free from defects in workmanship and material provided that inspection and initial start-up are conducted by SIMPOWER, its authorized Distributor, or its designated representative. SIMPOWER warrants that it will repair or replace, at its election, any Products which prove to have had a defect in material or workmanship. 3. TERM LIMITATIONS OF LIMITED WARRANTY A. This coverage shall commence upon the initial start-up date of new Products and shall expire upon the earlier of the following: 1. 24 months after the initial start-up date; or 2. 30 months after the original shipment date from SIMPOWER factory; or 3. 2,000 hours of operation B. Simpson Power will administer the warranty coverage for auxiliary equipment, such as but not limited to AC alternators, block heaters, transfer switches and control systems which are covered under the terms and conditions of their respective manufacturers specific warranty policy. C. Notwithstanding the above, Major Components for engines manufactured by Mitsubishi Heavy Industries Ltd. Corporation and Mitsubishi Motors Corporation, the cylinder block casting, connecting rod forgings, and crankshaft forging will be free from defects in material or workmanship. This coverage shall expire upon the earlier of the following: 1. 36 months after the initial start-up date; or 2. 48 months after the original shipment date; or 3. 2,000 hours of operation NOTE: No damage from other sources, such as damage from the loss of a crankshaft bearing, shall be considered as a forging defect. SIMPOWER shall not be responsible for labour costs incurred for repairs under the Major Component Warranty. D. To be covered by this warranty, your stationary Standby Generator System must include an auto engine controller with running time meter and batter, charger and an automatic transfer switch and safety shutdown protection. This system must be used only as an emergency power source during commercial utility power interruptions. E. Parts replaced under warranty shall be covered to the expiry date of this limited warranty. Rev:03-Jun-99 C:\990=\%1VarranW Year SB Warranty 1999.doc Page 1 4. SIMPOWER'S RESPONSIBILITIES UNDER THE LIMITED WARRANTY SIMPOWER shall be responsible for: A. The repair or replacement, at SIMPOWER's election, of covered defective parts and all reasonable labour required regarding a warranted failure during the limited warranty term. All such labour shall be provided by SIMPOWER, its authorized Distributor, or its designated representative. B. Travel time and mileage expenses incurred by SIMPOWER's authorized Distributor or designated representatives to a maximum of 8 hours and 600 kilometres respectively, excepting the term as specified in Section 6L. C. Replacement of lubricating oil, coolant, filter elements, or other normal maintenance items that are contaminated and/or damaged as a direct result of a warranted failure. 5. OWNER'S RESPONSIBILITIES UNDER THE LIMITED WARRANTY Owner shall be responsible for: A. The operation and maintenance of the Products within the guidelines established by SIMPOWER and to maintain a detailed record log of all maintenance and repairs performed on the unit. B. Making the Products available to SIMPOWER or SIMPOWER's authorized Distributors or designated representatives for any warranty repair, during normal business hours. C. All additional costs incurred for premium or overtime labour, should Owner request that repairs be made on a premium or overtime schedule. D. All costs incurred as the result of removal or reinstallation of the Products as may be required to effect any warranted repair. E. Any costs of transportation, towing, repair facilities, lodging or associated costs except those covered by Section 4B. F. All customs brokers fees, insurance, and taxes of whatever kind except those incurred in procuring warranty covered parts. G. Loss of revenue and loss of/or damage to real and/or personal property. 6. LIMITATION OF SIMPOWER'S OBLIGATIONS UNDER THE LIMITED WARRANTY The obligations of SIMPOWER under this limited warranty shall be waived and voided, and SIMPOWER shall not,thereafter, be responsible for: A. Any failure resulting from owner or operator abuse or neglect, including but not by way of limitation, any operation, installation, application, or maintenance practice not in accordance with guidelines or specifications established by SIMPOWER; or B. Any failure resulting from modifications or repairs of the Products not authorized by SIMPOWER in writing; or Rev:03-Jun-99 C:%99Docs%Warranty%2 Year SB Warranty 1999.doc Page 2 C. Any failure resulting from overload, overspeed, overheat, improper fuel, accidents, improper handling,storage, installation; or D. Normal engine wear, routine tune-ups, tune-up parts, adjustments and periodic service; or E. Ddmage due to negligent maintenance such as but not limited to: 1) Failure to provide proper and sufficient lubricating oil, 2) Failure to keep air intake and cooling fin areas clean, 3) Failure to properly service air cleaner, 4) Failure to provide sufficient coolant and/or cooling air, 5) Use of other than factory supplied or approved repair parts and/or procedures, 6) Failure to perform scheduled maintenance as prescribed in supplied manuals, 7) Failure to exercise with load regularly. F. Shop supplies such as adhesives, cleaning solvents, rags, etc.;or G. Installation charges or start-up costs; or H. Labour to replace starting batteries and the following related expenses: 1) Labour charges related to battery service, 2) Travel expense related to battery service. 3) Starting batteries are pro-rated after the first year I. Engine coolant heaters after the first year; or J. Maintenance items such as fuses, lamps, filters, spark plugs, loose/leaking clamps or block heater, coolant and fuel hoses after the first year; or those recommended for replacement at specified intervals by the manufacturer;or K. Fuel, oil, coolant/antifreeze except contaminated as outlined in Section 4C; or L. Labour and travel charges for the second year of warranty; or M. Expenses incurred investigating performance complaints unless the problem is caused by defective SIMPOWER materials or workmanship within the first year; or N. Unauthorised repair shop labour and parts, or O. Failure of owner to promptly provide written notice of a claimed defect and to provide information as requested by SIMPOWER, its authorised Distributor, or designated representative;or P. Failure of Products for which SIMPOWER did not receive properly completed Start-up Reports;or Q. Failure to make products available to SIMPOWER, its authorised Distributors or its designated representatives; or R. Telephone, telegraph, teletype or other communication expenses; or S. Rental equipment used while warranty repairs are being performed. Rev:03-Jun•99 CAWDocsMarranly4 Year SD Warranty 1999-doc Page 3 7. RETURN OF PRODUCTS UNDER LIMITED WARRANTY No products may be returned to SIMPOWER without its prior consent. In no case will SIMPOWER accept shipping charges, whether in respect of the return of allegedly defective products to its factory or authorized service station, or the sending of repaired or replacement products to the Owner. 8. APPLICABILITY AND EXPIRATION OF LIMITED WARRANTY The warranties set out above are extended to all owners in the original chain of distribution. The warranties and obligations of SIMPOWER shall expire and be of no further effect upon the dates of expiration of the applicable warranty periods. The foregoing sets forth SIMPOWER's only obligations and owners' exclusive remedy for breach of warranty, whether such claims are based on breach of contract, tort(including negligence and strict liability), or other theories, and the foregoing is expressly in lieu of other warranties whatsoever expressed, implied, and statutory, including without limitation, the IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS. Notwithstanding the preceding, in no event shall SIMPOWER be liable for any direct, special, incidental or consequential damages (whether denominated in contract, tort, strict liability, negligence or other theories) arising out of the use of any Products under this Agreement. Any action arising hereunder or relating hereto, whether based on breach of contract, tort (including negligence and strict liability) or other theories must be commenced within one (1) year after the cause of action accrues or it shall be barred. There is no other warranty,except as expressed in Section 3 (B). Rev:03-Jun-99 CAWDocs\Warranly\2 Year SB Warranty 1999.doc Page 4 BINIPSONPOWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge (Vancouver), B.C., Canada, V2X OZ5 TM Tel: (604) 460-3611, Fax: (604) 460-1974, Parts Direct: (604) 460-3301 I. Packing List (short form)/Shipping Advice Date:_ YY)c,, 1 20 IN TOWN OUT OF TOWN Attention: i_ J_ ❑ Non-stop Overnight Ship to: T Within 2 hours ❑ Ground I ❑ Within 4 hours ❑ Overnight IRS Employer ID #: PREPAID ❑ COLLECT ❑ Shipped via: Waybill number: Customer Purchase Order #: Complete Shipment ❑ Partial shipment ❑ Quantity Part/Serial Number Description Unit#: Project Name: CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: March 23,2001 TO: Larry Warren City Attorney. FROM: J.D. Wilson,x72 -� SUBJECT: Purchase Agreem t fo Trailer Mounted 500 KW Generator Set Attached for your review and approval is the subject purchase agreement. cc: Abdoul Gafour H:\DIVISION.S`.U"IlIJ1l1:S\WATERVD\Purchase 50OKW Portable Generator\larrywarren010323.doc\a .. CITY OF RENTON Office of the City Attorney Jesse Tanner,Mayor Lawrence J.Warren MEMORANDUM RECEIVED FEB 2 0 2001 CITY r y RE EMS To: J.D. Wilson, Water Utility UTILITySYST ON From: Lawrence J. Warren, City Attorney Date: February 14, 2001 Subject: Bid Opening, February 13, 2001 —Purchase of 500 KW Trailer Mounted Generator The late filing of the Non-Collusion Affidavit is acceptable as.long as it is prior to work starting. The alterations to the Fair Practices policy are acceptable only if.there is no work being done in this state, except delivery of the generator. If work is done in state; we need the form signed as drafted. A letter on company stationary appointing a local.:agent would be acceptable to designate a person to sign the contract. Lawrence J. Warren LJW:jm cc: Jay Covington T10.28:60 1 fnfo o Post Office Box 626 - 100 S 2nd Street-Renton, Washington 98057 - 425 255-8678 ` ®This paper contains 50%recycled material,20%post consumer '�`. \ •'ll A CITY OF RENTON Office of the City Attorney Jesse Tanner,Mayor Lawrence J.Warren MEMORANDUM J.D. Wilson,son, ext 7295 RECEIVE From: Lawrence J. Warren, City Attorney JAN - 9 200, CITY OF RENT Date: January 8, 2001 ur/u7'y sys rCMN Subject: Purchase Agreement for Trailer Mounted Generator Set The draft agreement is approved as to legal form. Lawrence J arr en LJW:cap cc: Jay Covington Post Office Box 626 - 100 S: 2nd Street =Renton; Washington`98057 (425)255-8678 8 This paper contains 50%recycled material,20%post consumer 4yR CITY OF RENTON Office of the City Attorney ig Jesse Tanner,Mayor Lawrence J.Warren MEMORANDUM To: J.D. Wilson, ext 7295 RECEIVED From: Lawrence J. Warren, City Attorney JAN - 9 2001 CITY OF RENT Date: January 8, 2001 UTILITY SySTEMSN Subject: Purchase Agreement for Trailer Mounted Generator Set The draft agreement is approved as to legal form. Lawrence J. amen LJW:cap cc: Jay Covington Post Office Box 626 - 100 S. 2nd Street - Renton, Washington 98057 - (425)255-8678 9 This paper contains 50%recycled material,20%post consumer ' t CITY OF RENTON !R Office of the City Attorney J e Tanner,Mayor Lawrence J.Warren MEMORANDUM RECEIVED FEB 2 0 200, Clry OF RENT To: J.D. Wilson, Water Utility UTILITySySTEM N From: Lawrence J. Warren, City Attorney Date: February 14, 2001 Subject: Bid Opening, February 13, 2001 —Purchase of 500 KW Trailer Mounted Generator The late filing of the Non-Collusion Affidavit is acceptable as long as it is prior to work starting. The alterations to the Fair Practices policy are acceptable only if there is no work being done in this state, except delivery of the generator. If work is done in state, we need the form signed as drafted. A letter on company stationary appointing a local agent would be acceptable to designate a person to sign the contract. Lawrence J. Warren LJW Jm cc: Jay Covington T 10.28:60 into Post Office Box 626 - 100 S 2nd Street - Renton, Washington 98057 - (425) 255-8678 8 This paper contains 50%recycled material,20%post consumer en ten'�1 1 r �� CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF C•JMPLIANCE M OC�7eq � �Lc�L hereby confirms and declares that (Name f supplIier/contractor/subcontract r/consul tan t) ] I. It is the policy of S offer equal t( ajof supplier/co tractor/subcontr ctor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex, national origin, age,disability or veteran status. �W `"eomplies with all applicable (Name supplier/con ractor/subcontra or/consultant) laws governing non-discrimination in employment. II. When applicable, co_ � seek out and (Name of s plier/contract /subcontractor/c nsultant) negotiate with minority and women contractors for the award of subcontracts. Dallas Dobbyn MANAGER SPECIAL PROJECTS Print Agent/Representative's Natne Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each supplier, contractor, subcontractor and consultant. Include or attach this document(s) with the contract. i BIMPBON POWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge (Vancouver), B.C. Canada, V2X OZ5 TM Tel: (604) 460-3611, Fax: (604) 460-1974, Parts Direct: (604) 460-3301 March 21, 2001 J.D. Wilson, P.E. Water Utility Engineer City Of Renton 1055 South Grady Way Renton, Washington 98055 SUBJECT: CAG-01-002, Trailer Mounted 50OKW Generator Set Dear Mr. J.D. Wilson: Reference above mentioned subject and your letter dated February 22, 2001, Please find enclosed the following documents: • A Corporation Letter of Resolution giving the names of these authorized to sign contracts and a sample of the signatures. • City of Renton business license photocopy (Emergency Power Consultants) • Three Contracts Bonds • Three signed purchase agreements • Three signed City of Renton fair practices policy affidavit If you have any questions please do not hesitate to contact us. Thanks & Regards, Adnan Chaudhry Quotations Specialist (Po� • generator systems/marine & industrial engines S/MROWERTvt • service. parts. engineering, installations ~ Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, which ever is less. 5. Supplier warrants of Apparatus comply with warranties/warranty services as outlined in Buyer Specifications. The Supplier included in the bid price a warranty of at least 24 months. Warranty covers 100% parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative Bill Dolliver(425-486-7305 / fax: 425-486-7305 ) Title Regional Sales Manager and Buyer Representative Jesse Tanner Title Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to make any representations, statements,warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits. must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. BUYER SUPPLIER City of Renton Simpson P 4/1rolcts Ltd. By By-4RF- Name/Title_Jesse Tanner. Mayor_ Name/Title Date Date: J1bA 15 0 Attest: R.E.(BOB)GARRIES,CMA Marilyn Peterson,City Clerk Vice President, Finance&Operations Page 2 o if 2 PURCHASE AGREEMENT This Agreement is between: Supplier Simpson Power Products Limited at 11545 Kingston Street,Maple Ridge, B.C., Canada V2X OZ5 and Buyer City of Renton Water Utility at 1055 S. Grady Way Renton WA 98055 1. The Supplier agrees to sell and the Buyer agrees to purchase the trailer mounted electrical generator set including factory and field testing, operator instruction and warranties (Apparatus) described in the Supplier's Proposal and Supplemental Information and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Supplier's Proposal / Supplemental Information and the Buyer's Specifications, the Buyer's specifications shall prevail. This purchase agreement consists of the following documents, all of which are component parts of said Agreement and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1) This Agreement, 2) Instructions to Bidders, 3) Bid Proposal, 4) Specifications, 5)Bid, 6)Advertisement for Bids, and Addenda(if any). 2. The Supplier agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total (U.S. $96,830.00) upon acceptance of a completed and executed Purchase Agreement at the offices of the Supplier. 3. The Apparatus shall be delivered F.O.B. at 3555 NE 2"d Street, Renton, Washington in no more than 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. In the event the completed Apparatus cannot be delivered as specified herein, the Supplier agrees to pay the Buyer liquidated damages in the amount of four-tenths of one percent (0.004) of the bid price of the Apparatus for each work day the Apparatus is delayed. Both the Buyer and the Supplier agree that the above figure represents a reasonable amount for actual damages incurred by the Buyer and is compensatory. The Buyer shall deduct such penalties from the payment of the Supplier's invoice for the purchase. An extension of the delivery date may be authorized only by the Buyer. Saturdays, Sundays and officially recognized City, State and Federal holidays will not be considered normal work days. Also, the Supplier will not be held responsible for Force Majeure delays, provided the Buyer is notified in writing in a reasonably timely manner. 4. The Supplier hereby proposes to furnish the Buyer, subject to proper execution of this agreement by the Supplier and the Buyer, the Apparatus to be built in accordance with the Buyer's Specifications and the Supplier's Proposal for the total bid price of U.S. S 96,830.00 (Washington State sales taxes(8.6%)will be paid by the Buyer) Unless otherwise specified, the Purchase Price is exclusive of all U.S. Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer: provided, however. if the Buyer claims exemptions from any tax, the Buyer agrees to furnish the applicable exemption certificate to the Supplier and to hold the Supplier harmless from anv damage which may result from the Supplier ultimately having any such tax assessed against it. Page I o(2 1 ly CITY OF RENTON FAIR PRACTICES POLICY • `� AFFIDAVIT OF COMPLIANCE Simpson PoN�er Products Ltd hereby confirms and declares that (Name of suppllier/contractor/subcontractor/consultant) I. It is the policy of Simpson Power Products Ltd to offer equal (Name of supplier/contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. Simpson Power Products Ltd complies with all applicable (Name of supplier contractor/subcontractor/consultant) federal and provincial Canadian laws governing non-discrimination in employment. II. When applicable, Simpson Power Products Ltd will seek out and (Name of supplier/contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representati.e's Name R.E.(BOB)GARRIES,CMA Vice Ptesi L Finance&Ope 8003 Print Age a esentative's Title Ag ative's Signature /I �w 1' Date Signed Instruction;: This document MUST be completed by each supplier. contractor, subcontractor and consultant. Include or attach this document(s) \,,ith the contract. ! r (Issued in Triplicate) BOND TO THE CITY OF RENTON Bond No. 11119520549/78-40026 KNOW ALL MEN BY THESE PRESENTS. That we, the undersigned, Simpson Power Products. Ltd_ _ _as merican Automobile Insurance corporation organized and existing under the principal, and P g g laws of the State of Missouri as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors / suppliers with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of U.S. $96,930.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton_ Dated at , Washington, thu day of 2001. Nevertheless, the conditions of the above obligation arc such that-- WHEREAS, under and pursuant to Public Works Purchase Agreement CAG-01-002 providing for supplying, testing and delivery of Trailer Mounted 500 KW Engine Generator Set the principal is required to furnish a bond for the faithful performance of the purchase agreement; and WHEREAS, the principal has accepted, or is about to accept, the purchase agreement, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said purchase agreement in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the perfori-aance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the purchase agreement or from defects appearing or developing in the material or workmanship provided or performed under the purchase agreement within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. - Simpson Power Products Ltd. American Automobi e n ranee Company Principal Surety Signarir= Signature Donald CNAR1ES BMERFIEIO Attorney-In-Fact Prasirlaw itl� Title ,r 1 4t ♦ l . `r. e FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That FIREMAN'S FUND INSURANCE COMPANY, a California corporation, NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticated in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation, (herein collectively. called "the Companies")does each hereby appoint Pina Camerin, .Donald B. Reggin, Brian Lawson, Graham Sibbald, and Laurie Landy of Vancouver, B. C. CANADA their true and lawful Attorney(s)-in-Fact,with full power of authority hereby conferred in their name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertakings,recognizances or other written obligations in the nature thereof_____________________________________________ and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seals of the Companies and duly attested by the Companies'Secretary,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted under and by the authority of Article VII of the By-laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are now in full force and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION,THE AMERICAN INSURANCE COMPANY,ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held,or by written consent,on the 19th day of March, 1995,and said Resolution has not been amended or repealed: "RESOLVED,that the signature of any Vice-President,Assistant.Secretary,and Resident Assistant Secretary of the Companies,and the seal of the Companies may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile,and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Companies have caused tbg�Rresents to be signed by their Vice-President, and their corporate seats JCPORATION affixed this 7th day of June ley yy ` FIREMAN'S FUND INPANY ETYC ,o""""""'°n., MtN's t,YERj """""" NATIONAh SUTION P Q Ma EY xtl! Z.Ea.rox�i�`i �o BIIE'IR I�JGpPPOggh 9,o ,,°'�`..-e:: .�9-,- ,������' a +` �a�', `,.����0?•0_•�•`s,9gy� T E AMERICAN INPANY 3 c O _ *% _ A IATED INDEMTION Z SEPT 3.,97a ; ,_ �� s e A L:o_ MERICA TOMOBILE INPANY `Cy<cwo�5 O�Y 'ob•. 11�� :.eD G9� �.,�.�° ys� 2� '✓�b' ...... 'e�a. COS R,tRCE�COJ By STATE OF CALIFORNIA vice-P nsidem Ss. COUNTY OF MARIN On this 7th day of June 1999 ,before the personally came Harold N. Marsh to me known, who,beine by me duly sworn,did depose and say:that he is a Vice-President of each company,described in and which executed the above instrument;that he knows the seals of the said Companies;that the seals affixed to the said instrument are such company seals;that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. L OCAMPO Commission# 1163726 ` k- "4Public Z Notary P�t,I, is z Z Mann ot�f '3L� STATE OF CALIFORNIA I unty ss. MYComm.Ewes Nov2B,2001 COUNTY OF MARIN 1,the undersigned,Resident Assistant Secretary of each company,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII of the By-laws of each company,and the Resolution of the Board of Directors;set forth in the Power of Attorney, are now in force.. ''' 2001 Signed and sealed at the County of Marin. Dated the 9tI1 day of la`Y CYi E C JPP A Q'Q .\,�oEYNt1r'C,,, `�s�;nY,;yGti ,��+.arox•Foti t .<"gip 0.E1 fG'o,,, Q c_i `. 3 ♦ .•i 9 .�_ Z SEPT 3JW0 A = i _�o • y �•,.. °S.S E•A L �6,�1w05 Q\y ob•` .s• Gw..n.d''fF ysG Q!'�' �b ! ONCE COS R'tRCE Nco� TJi�i9S M�. Resident Assistant Secretary - 1 360791-11-98 CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7th Floor, City Hall. Bid Opening Place: Room # 511, 51h Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This lis is used to provide notices of addenda, etc.) w �C, Set# Name: _�(/�' ?6 s� r;E411'ts Mailing Address: 7 go D �'J f, /AWv-1 Street Address: City/State/Zip Code: C{ K CJ r e-A f GJ g l g Telephone No.: Fax No.: Date Received: l / Receipt# Signature: .� Set# Name: Mailing Address: 41r IS7 Street Address: S ®Q� -� Z City/State/Zip Code: Telephone No.: Z — 1 v Fax No.: 2 S Date Received: 1 \�e \ Receipt# Signature: Set#_ Name: C UN2Yt/NS /lJoa7f�wT. iN Mailing Address: �'� �!P/� 9f 0.5-7•7a,,-d Street Address: GRAnj� 4, City/State/Zip Code: �c`•��✓ L�,Q_ d�c 4 I G, •e- Telephone No.: 2 77- >q6 Fax No.: op�2p Date Received: I ,Z o Receipt# Signature: Set# Name: Frvll Ae OrJt K WvNSJAL•I 4kA �/ {mac, LZ 6wt,� Mailing Address: 4 Ave A)'6 evil �0 Street Address: City/State/Zip Code: wd p 1'i U I{ too T- 4�06 Telephone No.: L/Z-4&6--730,,5- Fax No.: y �4— Date Received: , —O J Receipt# Signature: H DOCS 97-1108-DB ps c. 1 W:7-D CITY OF RENTON ..� Planning/Building/Public Works Department J e Tanner,Mayor Gregg Zimmerman P.E.,Administrator February 22, 2001 Bill Dolliver Emergency Power Consultants, Inc 19501 144th Avenue NE, Suite A-800 Woodinville, WA 98072-6400 SUBJECT: CAG-01-002,PURCHASE OF TRAILER MOUNTED 500 KW GENERATOR SET Dear Mr. Dolliver: I have recommended that the Renton City Council award the subject purchase contract to Simpson Power Products, Ltd. in the amount of$96,830.00. I anticipate that the award will be on the agenda for the City Council meeting of Monday, February 26, 2001. After the award has been made Simpson Power Products, Ltd. and its bonding company will need to complete and sign various documents. Simpson Power Products, Ltd. may choose to begin preparing these documents prior to contract award. The following is a list of the documents/documentation: • A Corporation Letter of Resolution giving the names of those authorized to sign contracts and a sample of the signatures. • A photocopy of Emergency Power Consultants, Inc.'s (as agent for Simpson Power) current City of Renton Business License. • Three Contract Bonds, on City of Renton Forms, UNDATED, date to be filled in when the Mayor signs the purchase agreement. The blank bond forms are enclosed. • Three signed purchase agreements. The blank contract forms are enclosed. • Three signed City of Renton Fair Practices Policy Affidavit of Compliance forms. Blank forms are enclosed. After our review and approval of the documents the Mayor will execute the purchase agreement and a final copy will be returned to you. Prior to finalizing the order for the generator set Simpson Power Products will need to provide and receive approval of submittals as described in technical specifications. If you have any questions please call the at 425-430-7295. Sincerely, J.D. , Wa r Utility Engineer Enclosures to FI:\DIVISION.S\UTILITIE.S\DOCS\2001\2001-092.docUDW\tb , 1055 South Grady Way - Renton, Washington 98055 C�7 This naner ronlains 50%recvcled material 20`.nost consumer �'+ten Y1 i�1 CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: February 21, 2001 TO: City Clerk FROM: J.D. Wilson, x729 —� SUBJECT: Recommendation or ward— Purchase Trailer Mounted 500 KW Generator Set id Opening— February 13, 2001) Three valid bids were received for the subject purchase. A bid tabulation is attached. Simpson Power Products Limited of Maple Ridge, B.C, submitted the low bid. The low bid amount, including 8.6% sales tax, is $105,157.38. The Engineer's Estimate for the purchase, including 8.61; sales tax, was $108,328.50. The appropriated amount for this purchase is$100,000.00. We Will use funds from account 421.000504018.5960.0034.65.055265 (Emergency Response Projects)to provide the additional $5,158. The Non-Collusion Affidavit was missing from Simpson Power- Product's bid package. Larry Warren has determined that as long as the Non-Collusion Affidavit is filed prior to starting work there is no problem awarding the contract to Simpson. We have received the Non-Collusion Affidavit from Simpson Power. Recommend that the contract be awarded to Simpson Power Products, Limited and that the item be referred to the Utilities Committee because of the funding. We will provide you with an issue paper that will discuss the funding to go along with your Agenda Bill. We will get the issue paper to you by Friday, February 23, 2001. cc: Abdoul Gafour �'.•I'rgjrc I> I'urchasc L:mcIycIIc 1022 1 a Lh�ojdw Project Title Purchase of Trailer Mounted 500 KW Generator Set City of Renton +°"Simplon Power Products:? Cummins Northwest Pacific Detroit Diesel Allison BID DATE'. February 13,2001 Engineers Estimate r LTD Inc p Item Unit Est. Unit Bid s Unit Bid Unit Bid Unit Bid No Dt,—,p ion Duantlt Price Amount Pdoe Amount., Price Amount Price Amount P,,-c, 1,nisei w+nnf rd 500 KW en(ime i liif ir�l i:n,iuiy nni ai.ii ii.:;linil:n nl 55,750.00 99,750.00 96,830.00 96,830.00 112.794.00 712.794.00 125,074.00 125.034.00 99,750.00 96,830.00 1)2,794.00 125,034,00 8.6 Tax 8,578,50 ..,8,327.3a 9,700.28 10.752.92 t Total 108 328.50 r �f1 105157.38', 122,494.28 135,786.92 CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: February 21, 2001 TO: Citv Clerk FROM: J.D. Wilson, x72 SUBJECT: Recommendation or ward — Purchase Trailer Mounted 500 KW Generator Set id Opening— February 13, 2001) Three valid bids were received for the subject purchase. A bid tabulation is attached. Simpson Power Products Limited of Maple Ride, B.C, submitted the low bid. The low bid amount. including 8.6% sales tax, is $105,157.38. The Engineer's Estimate for the purchase, includin" 8.6% sales tax. was $108,328.50. The appropriated amount for this purchase is $100,000.00. We Will use funds from account 421.000500.018.5960.0034.65.055265 (Emergency Response Projects)to provide the additional $5,138. The Non-Collusion Affidavit was missing from Simpson Power Product's bid package. Larr\ Warren has determined that as long as the Non-Collusion Affidavit is filed prior to starting work there is no problem awardin'- the contract to Simpson. We have received the Non-Collusion Affidavit from Simpson Power. Recommend that the contract be awarded to Simpson Power Products, Limited, the low bidder, in the amount of$105,1 57.38. cc: Abdoul Guiiwr i AProiectS\Purcha>c 1 :ncrernc\ GCIllr8IV1",.Simp���rer(�10221a.docAjch\ CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: February 21,2001 TO: City Clerk FROM: J.D. Wilson, x729 SUBJECT: Recommendation or ward— Purchase Trailer Mounted 500 KW Generator Set id Opening—February 13, 2001) Three valid bids were received for the subject purchase. A bid tabulation is attached. Simpson Power Products Limited of Maple Ridge, B.C, submitted the low bid. The low bid amount, including 8.6% sales tax, is $105,157.38. The Engineer's Estimate for the purchase, including 8.6% sales tax,was $108,328.50. The appropriated amount for this purchase is$100,000.00. We will use funds from account 421.000500.018.5960.0034.65.055265 (Emergency Response Projects)to provide the additional $5,158. The Non-Collusion Affidavit was missing from Simpson Power Product's bid package. Larry Warren has determined that as long as the Non-Collusion Affidavit is filed prior to starting work there is no problem awarding the contract to Simpson. We have received the Non-Collusion Affidavit from Simpson Power. Recommend that the contract be awarded to Simpson Power Products, Limited and that the item b FefeFFedUtilitie5 r it4 bee—ise efts f•naifg. We will provide you with an issue paper that will discuss the funding to go along with your Agenda Bill. We will get the issue paper to you by Friday, February 23, 2001. t I,' �OumL �)" akv b1�1 �;/ CC' Abdoul Gafour C.J'rojcci,Turchasel;mcrguii. Cicnertui,r\,Simpo\\cr\0I0221ad,,c\jdw CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7`h Floor, City Hall. Bid Opening Place: Room # 511, 5t' Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This lisl is used to provide notices of addenda, etc.) Set# Name: P&W r4-Z Mailing Address: 7 4 0 D Street Address: City/State/Zip Code: Telephone No.: Fax No.: ¢ Z-S- 2 -y 6 Date Received: / / Receipt# Signature: Set# Name: Q ALA F�L Mailing Address: Street Address: ��c N-f Vim►�'� g 2 City/State/Zip Code: Telephone No.: Fax No.: 7-5 Date Received: Receipt# Signature: Set#�S­ Name: C L"e%^i-vs Naa7// s�, ii�rc Mailing Address: co roc Street Address: �/� �w 6NAn City/State/Zip Code: Telephone No.: Fax No.: ' ' 'o ,2o 2 Date Received: I 2 2- 0 Receipt# Signature: Set# Name: Frv�Q K� Da3t l' W►^SGv' w �/ l`r, Ez- (; s a Mailing Address: I&N 0 Street Address: City/State/Zip Code: wo p 1'1 0 6 , We no 4" 4 b Telephone No.: L/Z-4&6--7uS- Fax No.: y �� gib Date Received: zz�—O/ Receipt# Signature: H:DOC S:97-1108:D 8:ps CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7ch Floor, City Hall. Bid Opening Place: Room # 511, 51h Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This list is used to provide notices of addenda, etc.) Set#_7 Name: D Sp VAQ,F- EAEZ SNSTEMS Mailing Address: 1 5 ql1 COWL Q,R.OVE. ROAD Street Address: SAME City/State/Zip Code: TSSAQLJAIA. UJA 9 ba 217 Telephone No.: C y2S) 392— 0I1e2 Fax No.: 6M&J 392 — 5572, a Date Received: / — 2+5—O Receipt# Signature: —t&�M. Set# V Name: -EJ(T��'lE1�C t kl L Fc t��►(Lo N ba��No�%AL Trc cKT1yLC�(�--�.1�J Mailing Address: C a 6OX '}-� (3e R` I•J A l��o�� Street Address: 4i) NiL VA A. x>cz27 C 1 7 �Jf) City/State/Zip Code-. 9 Telephone No.: J UR o TO )9 0,+ Fax No.:,---' Date Received: f ,�( b Receipt# Signatur Set# Name: �/,Is- Mailing Address: 1�4-0 4 =, 3(o-r7 Street Address: f 9l y 46a City/State/Zip Code: ,< /So Telephone No.: ^ Fax No.: 02 JPO Date Received: Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: H:DOCS:97-1108:DB:ps CITY OF RENTON $ 9.21 ' PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7" Floor, City Hall. Bid Opening Place: Room # 511, 51h Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This list is used to provide notices of addenda, etc.) Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: K DOC S:97-1108:DB:ps 02/20/01 14:56 FAX 6044600769 SI11PSON. POWER 001 URGENT SIMPSONPOWER PRODUCTS LTD. 11545 Kingston St., Maple Ridge, B.C., V2X OZ5 TMTel: (604) 460-3611 (Loc. 2310) Fax: (604) 460-0769 Date: Tuesday, February,20, 2001 To: J.D Wilson From: Adnan Chaudhry Company: City of Renton Our Ref: BD 00161 Tel: 425-430-7295 Fax: 425-430-7241 Page 1 of 5 Re: Trailer Mounted 500KW Genset for City of Renton Reference fax dated Feb.19, 01, from.RH2 Engineering, Inc. regarding information for the above-mentioned project. Drawings for Trailer and Enclosure We are enclosing both drawings with approximate sizes (for reference purpose only). The confirmed submittals and drawings shall be submitted to you after the place of order for your review & approval. Simpson Powers Relationship with Mr. Bill Dolliver Business Letter attached with this covering page. Emergency Power Consultants Inc, Bill Dolliver is our local agent and has been for Approx. 10 years. He would be your local contact for co-ordination and after sale service support. Exceptions Clarification Our bid & final product meets the City of Renton Engineer's Specifications Supply Scope limited to this BOM Its an error due to computer generated standard original equipment manufactures statements. We did include fuel and no exclusions are taken and we accept the city of Renton's bid terms & conditions. 02/20/01 14:56 FAX 6044600769 SIMPSON POWER 10002 Page 2 of 2 We hope above-mentioned information meet your requirements, If you need any further information, please do not hesitate to contact us. We assure you our best service at all time, and looking forward for your valuable order. Regards, Adnan Chaudhry Quotations Specialist 02/20/01 14:56 FAX 6044600769 SIMPSON POWER 10 003 AW is-TO3b' _ - �- �a 12.1' (Loaded) 48" DECK WIDTH - 8'6" Load Rating @ 50 MPH ------------- '.--_-..24,000 lbs. Trailer Weight------------------------ —_ 6,780lbs. �� Gross Vehicle Weight Rating (G.V.W.R.) ---- ....---- 30,780 lbs. FIfl\TUW,YS (All tiltbed decks can be tilted by one person) Hitch-Model 1250-15 Drawbar eye, 30,000 lb. capacity, adjustable for various hitch heights I Jack- 12,000 It).opacity with drop foot Safety Chains- 2 each 3/8'x 35'Grade 70 high test cadlum plated with slip hooks and safety latches Deck Latch-Over-center type with tension adjustment and safety pin Cushion Cylinder. 4" x 16"with internal metered flow to cushion loading and unloading Load Socurenient-14 each (7 per side)2-way chain sloUstake pocket system Axles- 2 each 12,000 lb. capacity earn 5 in. round 2"tra� spring _74-11nd 46" centers Hubs-Oil bath type,8 on 6.5 bolt circle-with clamp ring and 5/8'cone nuts Brakes. 12 ,«" x 5'scam full air brakes with maxi spring brakes on one axle, automatic slack adjusters, equipped with anti-lock craking system Suspension-3-point with axle alignment capability Wheels- 16"x 6.00'8 hole disc type 6.5 bolt circle Tires-245/75R 16 radial load range E Electrical-TrucKlite modular system with rubber isolated,sealed beans lighting, protected in tube construction Decking- 2" rough surface No. 1 grade Fir with fasteners at all cross members Paint-Metal acld etched and phospha'.Ized,epoxy primer coat and polyurethane top coat for 2 durable finish Tool Compartment-In tongue area with lockable lid and lid prop CONSTRUCUON ---=----8"x 4-x 114-Tube-ASTM A500B Main Framo----•---------------------------�"".----- d-x peck Cross Members---------------------------"��:::""-8. 18 lb.Wide F r x 1IB"Tube-larige -A-572OB -AA STM ASO 013 50 Deck Longitudinal Beams------------ Deck Perim oter Rails-------- """'--4-i2+x T x 2"-114"Formed Channel Engineered with top quality high tensile steel tunularframe-arid cross members to minfmiae excess frame flex to provide ,metzr rails provide maxlmurt a more stat:la and safe;oad. Heavy duty 4-beam construction with high tensile fabricated per strength for concentrated loads on outer edge of deck All sperifrcafions are subject to rhange without notice iO ALL DIMENSIONS ARE IN inches (mm] O GENERAfO? SET TO BE LIFTED BY LONGITUDINAL � 8,x8 HINGEO ROOT- 3 CHANNELS OF GEN5ET FRAME ONLY. w HATCH C/Y! LAC, lu [2J� 76 �2 APPROX. UNR WEIGHT: r 1 I \YITH FUEL TANX EIAPTY- 13200 LEIS (6000 KG] O FOR ENCLOSURE PLAN VIEW SEE OWC. 05319 0 8 ���rL WITH FUEL TANK FULL- ISJOD LBS (6950 KG] Q 1.IAT RIA 14 GA SHEET STEEL, SATIN COAT CD[20] O3 OVERALL SHIPPING DIMENSIONS MARKED WITH A (') 2" THK FIBERGLASS INSULATION FOIL FACED I O HOODS TO BE MOUNTED WITH STAINLESS CARRIAGE BOLTS. NUTS Ott INTERIOR SIDE. ROOF HATCH DETAIL (1)REQUIRED 146 3708 RAIN CAP ROOF CHANNEL DETAIL ] 'Y1 (2)PLACES 'r- EXHAUST MUFFLER 8"0 S.S. 90, Cn PAI HJCADIGH HEAT / EXHAUST PIPE CD — ( — SEE ROOT" NON-RUSTING BLACK F HATCH DETAIL 1 NSULATEQ 0 IO62(27051tig SOUND ATTENUATED o INSULATED 35[689] C V/ EXINTAPANDE IN D KE ALUMINUM 22[559 SOUND ATTENUATED 6[153] _ RAIN GUARD PROTECTION �D AIR DISCHARGE HOOD 1 SEE OWG D3623 CONTROL C4W EXPANDED ALUMINUM t rc�a7FOR DETAIL PANEL SEE OYIG 8532/ 1 POTECTIO N SEE DWG 85321 i i I ] --• 0000c 1 �� / I j S G S \� N 'CA Z n cn p ALTERNATOR - 1 m i 1 i i _-.. BATTERY ERY% -' ;i -. ._.— ;�y 6s[vv) T- 144[36581 I (FOR AV-PEFREE C ONLV 79y�[2011]• 240[6096)' I� DAAMI�C EP%CnCAr4H5 ARE SU9.CCT TO CIWIDE MITYKAPT HOME THE INTOgYATWN CM M15 DRAW112 IS TH!PROPCAIY OF SIYFrAfl F"ER PRODOCIS 119.1f IS 401 TOM USFO OCl IUVItAw TO CUR IWOMSIS. �'��•••.�_�..�.- SCALE 1:24 TIRE SHEET METAL _ENCLOSURE SIMPSON POWER PROOUCTS LID. DRAWN BY OAIC �.ITSH w,Wa s.viemsw Nem.d,.Rc.Cantle.wA OEf T.Y. 19MAR96 Orz� T+llul weaeltra Em>wn1011 P✓abz pty,Nao1 CHHO OY DATE WORK OROER PHASE 110. DWG_No RLY. NO- REv,s10Ns By OarE •TY '1!�!<=`i� • �t' =-1' 10837 2HORD 85318 A o — CD 02/20/01 14:57 FAX 6044600769 SIMPSON POWER Z 005 e2-20-2001 14.2e 4254663206 EMERGENCY POWER CONSULTANTS. INC. P.03 -EMERGENCY POWER CONSULTANTS, INC. Representing Generac&Simpson Power Produces • Generators, Gos,&Diesel•Switchgenr& Controls 19601 —144" Avenue Northeast,Suite A-800,Woodinville,WA 98072-8400 Phone: (426) 486-7305 • Fax: (426)486-8206 Emak epcinc@virtval-ca/d.com SERVICES OVERVIEW Emergency Power Consultants, Inc. Pacific Northwest Sales/Service Agents For Simpson Power Products Ltd,, Vancouver, B.C. 8 Generac Power Systems Corporation, Waukesha, Wisconsin In April 1991, Emergency Power Consultants, Inc., was established to support Simpson Power Products Ltd., "Simpower", Inc., a British Columbia-based firm, which 19 the largest North American-based manufacturer of Mitsubishi engine-powered diesel & natural gas/ LP gas generator systems. The firm also manufactures John Deere, Duetz and Cooper Superior Gaseous Engine Powered Systems, These individual generator systems range in size from 30 kW — 5,000 kW With multiple parallel packages to 16MW. Simpower systems receive CSA labeling as a complete system. If the UL label is required for U.S. application, components are provided with this label, also. Simpower is a rnl or supplier to the B.C. Ferries Corporation, as well as for airports, hospitals, and irajor as facilities across They aare a municipal i9002 and federal government projects in the United States, as well certified manufacturer. ower Systems In 1991, Simpower began marketing Generac Power In c productkW. Generacne, Generac Pdi 9e1 systems builds LPG systems from 8 kW to 125.kW and with natural gas to 20D range from 8 kW to 2,000 kW .They also build with Mitsubishi or Daewoo diesel engines EPC Inc., supports over 800 systems sold these past 10 years(see Partialowt at spec f)cati cations from 1,3rcquest, Our services include specification writing► application engineering, port budgetary estimates, startup services and testing, and e4'h,°entur fjeld or sbop service and ears exp hence in powergenerati n Each of our three local field service engineers has o y y backed up by Simpson's large staff at Maple Ridge, 125 miles from the Seattle city limits. Since 1988, the U.S./Canada Free Trade Agreement (NAFTA) has allowed Simpower to compete equally on government contracts, If we may provide you with any support services, please call us at(425) 4867305/ fax 8206. Sincerely, 4� /V William W. Dolliver Jr. Regional Manager Revised trot CITY OF RENTON BID TABULATION SHEET PROJECT: Trailer Mounted 500 KW Engine Generator Set;CAG-01-002 DATE: 13-Feb-01 FORMS BID BIDDER Bid Triple Addendum Addendum Includes 8.6%Sales Tax Bond Form #1 #2 Cummins Northwest, Inc. 12 Z t 4 10. 2 9 PO Box 9811 Renton,WA 98057-9985 Emergency Power Consultants,Inc. ,/ 105 154. 7 19501 144th Ave.NE Ste.A-800 / 3 V Woodinville,WA 98072-6400 Pacific Detroit Diesel Allison / 7215 S. 228th St. Kent,WA 98032 ENGINEER'S ESTINUTE TOTAL: Postal CLRTIFIED MAIL RECEIPT (Dorriestic Mail Only; Article Sent To: rmrt NC POWER SYVEMS 17900 W. VALLEY ti ul Postage $ O S J� 17-1 Certified Fee V Postmark Return Receipt Fee Here (Endorsement Required) C3 Restricted Delivery Fee O (Endorsement Required) Q Total Postage&Fees r fU _ fU Name(Please Print Cle"dify �N m lV� `l/ Ir Street,Apt. V rI I�,+SY^S�/T`EIN�f�5���3MS10N--------- Cltytatg,17:1'tI iISGTT'7tTS"T� �Tti C�.�F .._.... JFormW:r�l J Certified Mail Provides: ■A mailing receipt ■A unique identifier for your rnailpiece f A signature upon delivery ■A record of delivery kept by the Postal Service for two years important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of intemational mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. °s FS Form 3800.Juv 1999 (Reverse) 102595.99•M•1938 SEN9ER: COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1, 2, and 3.Also complete A. Repeived by(Please Print Clea �. mYt�f Q/`rpry item 4 if Restricted Delivery is desired. pie 11 20(n ■ Print your name and address on the reverse so that we can return the card to you. C. SigItur ■ Attach this card to the back of the mailpiece, X /[/ ❑ Agent or on the front if space permits. ❑Addressee 1. Article Addressed to: D. Is delive d s different from item 1? El yes If YES,enter delivery address below: ❑ No NC POWER SYSTEMS 17900 WEST VALLEY HWY TUKWILA, WA 98188 3. Service Type It Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Coov from service label) 70 PS Forn ss-ss-M-nas UNITED STATES POSTAL SE First-Class Mail �ZLE 61 ge • Sender: Please pri t Ar hAm address, a P*4�iarhis-b CITY OF RENTON UTILITY SYSTEMS PITSION 1055 S. GRADY WAY, 5,'i i=LOOK RENTON, WA 98055 I Posia Service CERTIFItD MAIL RECEIPT (Domestic Mail Only; No Insurance Coverage Provided) Q' Article Sent To: r_ Pacific DD 15 S 228th ST KENT, WA r� ��o ul Postage $ O 0 Certified Fee ReturnReceipt Fee /10 P Hereark (Endorsement Required) Restricted Delivery Fee O (Endorsement Required) r-1 Total Postage&Fees ru is], -2 ,2- rU Name(Please Print CW c NTOM E- Street,Apt. r Cr 1055 S. GRADY WAY, 5th FLOOR � -,'--bSta�6f'-`s�onf[MTGN-WA- 8055------_ --------------- Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. •For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT.Save this receipt and present it when making an inquiry. PS Form 3800,Jjly 1999 (Reverse) 102595-99-M-1938 COMPLETE • ■ Complete items 1,2,and 3.Also complete A. Received by(Please Print Clearly) B. D e Delivery item 4 if Restricted Delivery is desired. ? I ■ Print your name and address on the reverse so that we can return the card to you. C. Si ■ Attach this card to the back of the mailpiece, X ❑Agent or on the front if space permits. ❑Addressee 1. Article Addressed to: D. jWdelivery address different from Rem 1? ❑Yes PACIFIC DDA If YES.enter delivery address below: ❑ No 7215 S 228th ST KENT, WA 98032 3. Service Type 11 Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Copy from service label) 7099 3220 0010 0405 7119 PS Form 3811,July 1999 Domestic Return Receipt 102595-99-M-1789 UNITED STATES POSTAL SERVICE First-Class Mail Postage&Fees Paid LISPS Permit No. G-10 • Sender: Please print your name, address, and'ZIP+4 in this box • CITY OIL RENTON UTILITY SYSTEMS DIVISION 1055 S. GRADY WAY, -7;1*i FLOOR RENTON, WA 98055 f U.S.Postal Service CERTIFIED MAIL RECEIPT (4�itnestic Mail Only; No Insurance Coverage Provided) Article Sent To: ru M D SQUARE ENERGY SYSTEMS nj ,n ISSAQ s,ostage $ o WA 0 9802-r died Fee cn:n Receipt Fee PostmHere rk ;Endorsement Required) Restricted Delivery Fee 0 (Endorsement Required) 0 Total Postage&Fees TON f1J Name(Plea j (SY m L _ --------- Ay�u ; ......_..._. Q+ Street,Apt.I'� �o /11J T btk�•ELQ Ir ON WA 98055 N ------ ---z;.+4-----•REN.T..--- �--- ----------........... r ki soon 11 ... . . 1 .1 Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPOFIVANT.Save this receipt and present it when making an inquiry. PS Form 3860,July 1999 (Reverse) 102595.99-M-1938 SENDER: COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1,2,and 3.Also co tt, cefv�d by Dekv ry item 4 if Restricted Delivery is desire ■ Print your name and address on the everse - so that we can return the card to yo �' 1 6 nat re ■ Attach this card to the back of the m iece, or on the front if space permits. ??C\ A D Is deli address different from item 1? ❑Yes 1. Article Addressed to: If YES,enter delivery address below: ❑ No D SQUARE ENERGY SYSTEMS 15417 CEDAR GROVE RD ISSAQUAH, WA 98027 3. Service Type 1XCertified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes N r( opy from service label) 3220 0010 040 11,July 1999 Domestic Return Receipt 102595-99-M-1789 _ I UNITED STATES POSTAL SERVICE First-Class Mail Postage&Fees Paid LISPS Permit No. G-10 • Sender: Please print your name, address, and ZIP+4 in this box • CITY 0P RENTOM UTILITY SYSTEMS DIV'SION 1055 S. GRADY WAY, 5L*11 FLOOR RENTON, WA 98055 U.S. Pc�Jal Service CERTIFIED MAIL RECEIPT (Dornestic Mail Only, ul Article Sent To: a CUMMINS NW, INC ' r- �- (�- u7 Postage $ O � Certified Fee Return Receipt Fee ( Postmark rq (Endorsement Required) Here C:3 Restricted Delivery Fee O (Endorsement Required) 61,7, p Total Postage&Fees fU rU Name(P7ea r m ♦Y) _ m QY.�'. Ay, SLlI tY JOOR Q+ Sheet,apr. o- -�ON-WA 93.U�----------------------- Er C3 -----------•- ....................................................._.._.............. C/bV'W+l+tson Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail, ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. PS Form 3800,July 1999 (Reverse) 102595.99•M•1938 SENDER: COMPLETE THIS SECTION -COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1,2,and 3.Also Complete A. Received by(PI se riot Clearly) B. Date of Delivery item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. C. Si ur//Z, III Attach this card to the back of the mailpiece, ❑Agent or on the front if space permits. Addressee D. Is delivery address different m i 1. Article Addressed to: If YES,enter delivery ad ess elow: rfoo CUMMINS NW INC PO BOX 9811 �v � RENTON, WA � -c `n o �o 3. ,Sa�e,rvice Type 1XCertified Mail ❑ Express Mail ❑ Registered ❑Return Receipt for Merchandise ❑ Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Copy from service label) 7099 3220 nnlo 04^,; �Tr9" PS Form 3811,July 1999 Domestic Return Receipt 102595-99-M-1789 UNITED STATES POSTAL SERVICE First-Class Mail Postage&Fees Paid USPS 1 Permit No. G-10 • Sender: Please print your name, address, and ZIP+4 in this box • CITY OF RENTON UTILITY SYSTEMS DIVISION 1055 S. GRADY WAY, 5111 FLOOR RENTON, WA 98055 1 SENDER: COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1,2,and 3.Also complete A. Received by(Please PFfff#) a?"Of Delivery item 4 if Restricted Delivery is desired. Li�J� ■ Print your name and address on the reverse so that we can return the card to you. ;�M ■ Attach this card to the back of the mailpiece, p/J� �i• Agdre or on the front if space permits. � dressee D. Is delivery address different from item 1? ❑Yes 1. Article Addressed to: If YES,enter delivery address below: ❑ No STAR RENTAL & SALES PO BOX 3657 SEATTLE, WA 98124 3. Service Type IN Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Copy from service label) 709 PS Form )5-99-M-1789 UNITED STATES POSTAL SERE First-Class Mail rL, pPosta e 8 Fees Paid • Sender: Please p nt ybuf nam , address;-intl CITY �TRITON1 UTILITY SYSTEMS FLOOR,i N 1055 S. GRADY V! 1SI0. RENTON, RECEIVED FEB 12 2001 { UTILITY SYSTEMS +s'3 III'11�11Ill�lll i�1f 11�1'111fI11 till 1 lilt 111 111'1'111111111111 f SENDER: COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1,2,and 3.Also complete A. Rec ived by(Please Print le rly) B. to f livery item 4 if Restricted Delivery is desired. l Ql ■ Print your name and address on the reverse so that we cpu return the card to you. C.Signature ■ Attach this card to the back of the mailpiece, ( j ❑Agent or on the front if space permits. Addressee D. Is elivery address different from item 1? ❑ Yes 1. Article Addressed to: YES,enter delivery address below: ❑ No EMERGENCY POWER CONSULTAN 19501 144th AVE NE, Bldg A 00 WOODINVILLE, WA 98072-64 3. Service Type Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Copy from service label) 7099 3220 0010 0405 79IR PS Form 3811,July 1999 Domestic Return Receipt 102595-99-M-1789 4 UNITED STATES POSTAL SER;,; T k% _Firat-can- aail PM ��' Postage-&Fees Paid usp Permit No.G-10 ," Sender: Ple�ayV�rtRYy me, address,and ZIP+4.1n this box • rC4`�V ?8 o CITY OF RENTON. c\,;'\ -4 c UTILITY SYSTEMS) L���SION �� 1055 S. GRADY FLOOR WA 98055 f L� III III ifIIIf11ofIIII„III IfIIIIIIII III lot IIIII UNITED STATES POSTAL SERVIC First-Class Mail ^`' Postage&Fees Paid USPS Permit No. G-10 • Sender: Please print your name, address, and ZIP+4 in this box • CITY OF RENTON UTILITY SYSTEM,--)' ENVISION 1055 S. GRADY WAY, 5,'1 FLOOR F� RENTON, WA 98055 �rTy J?� r'�'T°'�9 �0 lS6), - S�TFM�ti s _�__ 11111I1i11111,M hIII1,1,I,11f1111111111,►1r1,1►1i11111111111 SENDER: COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY ■ Complete items 1,2,and 3.Also complete A. Regeived by /le Print Clear�lyJ B. DlLteofDery item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. C. ig ature ■ Attach this card to the back of the mailpiece, X ❑Agent or on the front if space permits. ❑Addressee 1. Article Addressed to: f Is elivery addr different from item 1? ❑Yes EMERGENCY POWER CONSULTAN -IfYES,enter delivery address below: ❑ No 19501 144th AVE NE, Bldg 1300 WOODINVILLE, WA 98072-64 3. Service Type M Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number(Copy from service label) 7099 3220 0010 0405 7225 PS Form 3811,July 1999 Domestic Return Receipt 102595-99-M-1789 (DomesticU.S.Postal Service CERTIFIED MAIL RECEIPT Only, ca Article Sent To: ti EMERGENCY POWER CONSULTANTS INC N Ln WOOD I49tloye Jr � WA D 0 9 8 0 7C2!wV4F8 C3Return Receipt Fee Postmark rq (Endorsement Required) Here C3 Restricted Delivery Fee C3 (Endorsement Required) p Total Postage&Fees ti + MName(Please Print Cle�(/roy F I�iy•yflyfj�■■ r^ ��� T � rtCry� VN Er Street,Apti�� FSYSTEMS'-DIVISIOK--------- o ------•--------W5.GRADY WAY-,76th-FLOOR.--........ � ChVIi Tyson RENTON WA 98055 See YL ., Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. PS Form 3800,July 1999 (Reverse) 102595-99-M-1938 U.S. Postal Service CERTIFIED MAIL RECEIPT (Dornestic Mail Only.- No 117SLYral7CO Coverage Provided) Ln, Article Sent To: ti ULTANTS INC" M1 19501 144 WOODI?%T V a ge WA 0 9 8 0 7®1w6*@ P O Return Receipt Fee Her r_9 (Endorsement Required) E3 Restricted Delivery Fee O (Endorsement Required) 0 Total Postage 8 Fees "TON fU M Name(Please Print CI ) b r ISION , SY .. . 51h fit( p'1--------- Q. sree�;apt. �apDY�V�?'�AY;- Q- o 165 _9805-5------------------------ state -- Tf � ------ W clr state +4 r` Jb Wi son PS . ., 3,244 Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery in A record of delivery kept by the Postal Service for two years Important Reminders: •Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. PS Form 3800,July 1999 (Reverse) 102595.99-M-1938 U.S. Postal Service CERTIFIED MAIL RECEIPT (DOlneStiC Mail 017/y: No 117SUrallCe Coverage Provided) Article Sent To: to ru PO BOX 3657 o wEATT wStage $ O 9 8121*rtitied Fee i( !� Postmark O Return Receipt Fee � Her r__j (Endorsement Required) Restricted Delivery Fee O (Endorsement Required) f/� Q Total Postage&Fees • T Fu IL Name(Please Print 117 p� S2reet Apt. 1055 S.GRADY WAY, 5th FLOOR o - t st............. . N J aWLf`sonRENT� ff,W1:-3HOb5�------- Certified Mail Provides: ■A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. • NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide prof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". •If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. PS Form 3800,July 1999 (Reverse) 102595-99-M-1938 U.S. Postal Service CERTIFIED MAIL RECEIPT (Domestic Q" Article Sent To: s KIWE IAL ENVIRON. TECH. ti ,st BELFAXAge o WA C1 9 8 5 E0ified Fee C:l ReturnReceipt Fee / PoHsteark r-9 (Endorsement Required) O Restricted Delivery Fee C1 (Endorsement Required) O Total Postage 8 Fees fU r1J m Name(Please Print Cie I-. Street,Apt.lY��$ Y.;SYS;EMS--D'Y MOIL__....... fr . 05a&.f RADY..IA(AY..�th.F�,Q�R........ rr%- "`' SI- 6n RENTON, WA 98055 Certified Mail Provides: •A mailing receipt ■A unique identifier for your mailpiece ■A signature upon delivery ■A record of delivery kept by the Postal Service for two years Important Reminders: ■Certified Mail may ONLY be combined with First-Class Mail or Priority Mail. ■Certified Mail is not available for any class of international mail. ■ NO INSURANCE COVERAGE IS PROVIDED with Certified Mail. For valuables,please consider Insured or Registered Mail. ■For an additional fee,a Return Receipt may be requested to provide proof of delivery.To obtain Return Receipt service,please complete and attach a Return Receipt(PS Form 3811)to the article and add applicable postage to cover the fee.Endorse mailpiece"Return Receipt Requested".To receive a fee waiver for a duplicate return receipt,a USPS postmark on your Certified Mail receipt is required. ■For an additional fee, delivery may be restricted to the addressee or addressee's authorized agent.Advise the clerk or mark the mailpiece with the endorsement"Restricted Delivery". ■If a postmark on the Certified Mail receipt is desired,please present the arti- cle at the post office for postmarking. If a postmark on the Certified Mail receipt is not needed,detach and affix label with postage and mail. IMPORTANT:Save this receipt and present it when making an inquiry. PS Farm 3800,July 1999 (Reverse) 102595-99-M-1938 City of Renton Purchase of Trailer Mounted 500 KW Engine Generator Set Engineer's Estimate Cost to the City for Purchasing an Engine Generator Set Item Description Price 1 Standard Engine Generator Set $ 90,000 2 Telemetry Cables and Connectors Provided & Installed $ 2,500 3 Termination Box & Connectors for 120V power $ 1,500 4 Battery Charger $ 350 5 Submittal process $ 1,000 6 Factory Testing $ 500 7 Field Testing $ 1,200 8 Spare parts, tools, and warning signs $ 700 9 Fuel $ 2,000 Subtotal $ 99,750 tax @ 8.6% $ 8,579 Total Estimated Purchase Cost $108,329 prepared by RH2 Engineering 1/30/01 3:00 PM ROC\298-044\03\Final Cost est.xls City of Renton Purchase of: Trailer Mounted 500 KW Generator Set Addendum No. 2 February 7, 2001 To All Bid Package Holders: You are hereby notified of the following changes, deletions, additions, corrections, and clarifications to the plans, specifications, and other documents comprising the contract documents for the City of Renton Purchase of Trailer Mounted 500 KW Generator Set. Specifications Division 16,Section 6J-Trailer Add the following two paragraphs: The complete engine generator with trailer set shall be street legal and licensable per Department of Transportation(DOT) requirements for operation in the State of Washington on highways and streets. The complete engine generator set with trailer lighting system shall meet ICC and Washington State licensing requirements. The Supplier shall provide a Manufacturers Statement of Origin (MSO) and a dealer or manufacturer transfer of title form at time of delivery to the Owner for licensing. The Supplier shall supply temporary licensing for transporting engine generator set to the Owner for testing and final delivery. The maximum allowable travel mileage on the trailer prior to fmal delivery to the Owner shall be less than 500 miles. Division 16, Section 6DD—Field Test Paragraph 1 DELETE first sentence of Section 6DD, Paragraph 1,which reads: Upon completion of unit installation,carry out running test. REPLACE with: Upon delivery of the engine generator set to the field-testing site the Supplier shall carry out running tests with coordination from Owner personnel using real motor loads. The Owner will be responsible for connecting all power cables to the generator unit and switchgear as necessary ll disconnect the power cables at the completion of to carry out the field-testing. The Owner wi testing. Page I of 2 This Addendum No. 2 forms a part of the Bid Documents and along with Addendum No. 1 modifies the original Bid Documents dated "Winter 2001", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement may render the bid non-responsive and may cause its rejection. John . Wilson,P.E. Project Manager Received and Acknowledged: Contractor By Title Date Page 2 of 2 i DRAFT For review only CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS _ MEMORANDUM I C0 40,URRENCt= -212 2-16 1 Ii i AL/DA:1- I DATE: February 22, 2001 - TO: Gregg Zimmerman 1 VIA: Lys Hornsby FROM: Abdoul Gafour SUBJECT: Selection of Consultant for Pre-design of Maplewood Water Quality Improvement Facilities ISSUE: The Water Utility has completed the interview and selection process according to City policy to select ; a consultant to do the pre-design and design of an additional water treatment facility to improve the water quality of the Maplewood wells. RECOMMENDATION: • We recommend that the team of Economic and Engineering Services, Inc and Kennedy/Jenks Consultants be selected to provide engineering services for the pre-design and design of the new water treatment facility. BACKGROUND SUMMARY: The City has been supplying drinking water from the Maplewood wells to a portion of the Renton Highlands since June 1998. Although, the Maplewood water meets all Federal and State water quality standards, it contains low levels of hydrogen sulfide, ammonia and manganese that cause customer complaints about the taste and odor of the water and also about the staining of plumbing fixtures, dishwashers and sometimes of laundered clothing. Previous water quality pilot testing of the Maplewood water confirmed that the manganese and hydrogen sulfide could be removed by using an oxidizer in conjunction with filtration and an adsorption treatment process. The ammonia in the water could also be removed through breakpoint chlorination. We received six written proposals from consulting firms and we interviewed five firms: EES Inc./Kennedy-Jenks, Black& Veatch, Carollo Engineers, EES Consulting, and RH2 Engineering. The selection committee consisted of Ray Sled and Dan Scottie from the Water Maintenance and Operations Sections, Dave Christensen of the Wastewater Section, and Abdoul Gafour of the Water Section. The project manager, J.D. Wilson, was also present as an observer during the selection process. February 22, 2001 Page 2 We used the City's standard consultant evaluation criteria and guidelines (Attachment "A") to rate and rank all candidates. We found that two firms, EES Inc./Kennedy-Jenks and Black& Veatch, were most qualified for this project, although EES Inc./Kennedy-Jenks received the highest overall ranking on consensus (Attachment "B"). The selection committee met on February 21, 2001 and selected the team of EES Inc./Kennedy-Jenks as the finalist for the following reasons: The team of EES Inc./Kennedy-Jenks has a good experience record and technical background to do the pre-design and design of this project. EES Inc. has demonstrated a record of success on recent projects with the City, which include the design and services during construction for the Corrosion Control and Treatment Facilities. They have also conducted pilot testing of the Maplewood water and are more familiar with its quality. Kennedy-Jenks has designed and managed the construction of similar water treatment facilities for the removal of iron, manganese and hydrogen sulfide for neighboring cities and water districts, including the City of Kent, the City of Vancouver, Washington, and Lakewood Water District. EES Inc. has shown that they have worked effectively with City Public Works and Parks staff as well as other agencies on previous projects. CONCLUSION: We recommend that the team of EES Inc./Kennedy-Jenks be selected to do the pre-design and design services for this project. We request that staff be allowed to begin negotiations with the consultant for contract and fees. A mutually satisfactory written contract will be submitted to Council for approval. The Water Utility has allocated $100,000 in the 2001 Capital Improvement Project budget for the pre- design portion of this project. We anticipate providing you with a cost-estimate for the total design and construction cost for this project by the end of August 2001, prior to the preparation of the final budget for 2002. H:DI V/UTILDOCS/2001-088/AG:If City of Renton Purchase of: Trailer Mounted 500 KW Generator Set Addendum No. 1 January 26, 2001 To All Bid Package Holders: You are hereby notified of the following changes, deletions, additions, corrections, and clarifications to the plans, specifications, and other documents comprising the contract documents for the City of Renton Purchase of Trailer Mounted 500 KW Generator Set. Specifications Division 16, Section 16.6.J- Trailer Paragraph 2 DELETE Section 16.63 Paragraph 2,which reads: The trailer shall be rated at 200%of the weight of all installed components plus all fluids,with a 300% impact factor on the wheel and axle assembly.The towing eye shall be rated for 500%of the weight of the completed unit with a vertical weight rating of 60%of completed unit weight. REPLACE with the following: The trailer shall have a Gross Vehicle Weight Rating(GVWR)of 125 percent of the total weight of all installed components,including but not limited to,generator/engine assembly plus all fluids,sound- attenuated enclosure,fuel tank, fuel,and accessories plus 100 percent of the weight of the trailer. [GVWR shall be at least 125 percent of payload weight plus the curb weight of the trailer]. The towing hitch assembly shall be rated for the GV WR of the trailer. The trailer weight distribution shall be such that the trailer has adequate positive tongue weight. Paragraph 3 DELETE Section 16.6.J Paragraph 3,which reads: The trailer shall have triple axles with electronic brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality,designed for the trailer rating shown above. Tires shall be transport type, mounted on steel wheels with chrome wheel covers. Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. REPLACE with the following: The trailer shall have tandem Axles with air brakes and appropriately rated transport tires and rims for the applicable load range. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Each axle shall be rated to meet the GV WR requirement specified for this project. Duel wheels and tires on each side of the axle will be acceptable. See Section M—Fuel System for fuel storage tank requirements. Page 1 of 2 Paragraph 4 Add the following to the list of required accessories: • Four wheel blocks(two for each side of the trailer)for setting when the trailer is parked. Remove the following from the list of required accessories: • Break-a-way switch with charger. Division 16, Section 16AM—Fuel System Paragraph 6 DELETE Section 16.6.M Paragraph 6,which reads: Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. REPLACE with the following: Provide a fuel storage tank integral to the trailer.The tank shall be sized to allow 24 hours of continuous full load operation. The fuel tank shall be double walled construction to provided 100 percent secondary containment of all fuel when tank is full. A single wall constructed fuel tank with a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture will be an acceptable alternative. Paragraph 7 DELETE last sentence of Section 16.6.M,Paragraph 7,which reads: Provide a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture. This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid Documents dated "Winter 2001", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the'Bid. Failure to comply with this re uirement may render the bid non-responsive and may cause its rejection. Jo . Wilson, P.E. Pro t Manager Received and Acknowledged: Contractor By Title Date Page 2 of 2 CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: February 13, 2001 TO: Larry Warren City Attorne FROM: J.D. Wilson 9 L � Water Ut' ' SUBJECT: Bid Openi ruary 13,2001 —Purchase of 500 KW Trailer Mounted Generator The apparent low bidder for the subject purchase is Simpson Power Products Limited of Maple Ridge, British Columbia, Canada. Their bid package did not include a signed and notarized Non- Collusion Affidavit/Assignment of Anti-Trust Claims To Purchaser form. Assuming Simpson Power Products submitted an otherwise responsive and responsible bid may the City Council award the purchase contract to Simpson, if Simpson submits a signed and notarized Non-Collusion Affidavit/Assignment of Anti-Trust Claims To Purchaser form prior to Council's consideration of the award? Regarding City Fair Practices Policy Affidavit of Compliance: when Simpson submitted their bid package they submitted the attached form. Is the cross-out and substitution of language on Simpson's form acceptable for the purchase agreement? Simpson intends to designate Bill Dolliver, Regional Sales Manager, of Emergency Power Consultants, Inc. of Woodinville, WA as their representative for communications and acceptance regarding the purchase agreement if they are awarded the contract. What type of corporate letters do we need from Simpson to document the contractual relationship between Simpson Power Products Limited and Emergency Power Consultants, Inc? cc: City Clerk Abdoul Gafour C:\Projects\Purchase Emergency Generator\Bid Documents\010213a doc\jdw TY CITY OF RENTON © FAIR PRACTICES POLICY �nr0� AFFIDAVIT OF C•)MPLIANCE �.. . M pCl7� �x� .hereby confirms and declares that ANawme suppllier/contractor/subcontract r/consultant) ,(�jj 1. It is the policy of M U�Ao offer equal (Nam of supplier/co tractor/subcontr ctor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex, national origin,age,disability or veteran status. "eomplies with all applicable (Name supplier/con ractor/subcontra odconsultanQ laws governing non-discrimination in employment. II. When applicable, 6 . ��_< C� will seek out and (Name of s plier/contract /subcontractor/c nsultant) negotiate with minority and women contractors for the award of subcontracts. Dallas Dobbyn MANAGER SPECIAL PROJECTS Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Sinned Instructions: This document MUST be completed by each supplier, contractor, subcontractor and consultant. Include or attach this document(s) with the contract. �Y CITY OF RENTON PAGE 1 . . � - 1055 S. GRADY `NAY Date PO Number RENTON, WA 98055 11/08/00 0180280 VENDOR: 068180 SHIP TO: RH2 ENGINEERING INC 12100 NE 195TH ST #100 BOTHELL, WA 98011-5111 copy FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req. Del.Date: Contact: FERKINGSTAD. LINDA Speciallnst: Confirming? N Ouantity Unit Description Unit Price Ext.Price CAG 00-151 Portable Generator Set. Wtr 8.000.0 Utility. Emergency Response Projects l� ���G ��z�L�. ,4-u�,/. �3 I SS 1 a -y o 0 SUBTOTAL 8,000. 00 BILL TO:C i ty of Renton TAX . 00 1055 S GRADY WAY FREIGHT .O RENTON, WA 98055-3232 TOTAL 8,000. 00 Account Number Amount Account Number Amount 421 . 000500 .018.5960, 0034.65. 05526E 8,000. 00 ORIGINAL!FILE COPY Authorized Signature PINK WHITE Authorized Signature Y FROM RH2 ENGINEERING PHONE NO. : 425 Syti� ru dn. roc �r r 1 VJ•JJI i i i 1 P G. 0 0 lio zgO 3 17D.q�f RH2 Engineering, Inc. 12100 NE 195th St. , Suite 100 Bothell, WA 98011 (425) 951-5400 Invoice number 23259 January 2, 2001 Page number 1 Project 100115 REN Portable Generator Set RH2 Project Manager: Mark Miller CITY OF RENTON ATTN: LINDA FERKINGSTAD RECEIVE loss South Grady Way RENTON, WA 98055 N�Q 2 2001 ----CIIY-0FREW- - -- ----------------------------------------------- UTUTY SYSTEMS Budget: $8, 000.85 Prior Billed: $ 225.93 Incremental Bill No. 2 : $3, 170. 94 Budget Remaining: $4,603.96 PROFESSIONAL SERVICES: Hours Rate Amount ------- ------ ---------- ---------------------- Project Engineer E IV Mark L. Miller Professional Services 31 . 75 79.321 2, 51S.44 Word Processor I Monica H. Roberts Professional Services 5.50 31.898 271. 13 ------- ---------- SERVICES TOTAL: 40.25 2, 789. 57 Total fee 828 .09 Percent complete 38 . 00 Total fee billed 314.67 Fee previously billed 16.56 Current fee billing 298 .11 CONCURRENCE DATE 2 JA&j 2 o0 1 NAME ITIAL/DATE J�• 2 Jaa 2s>> L_��va a ti 1 Continued... I r FROM RH2 ENGINEERING PHONE NO. 4253982 774 i an. roc ctju.L u-d•- Invoice number 23259 January 2, 2001 Page number 2 Project 100115 REN Portable Generator Set ------------------------------------------------- REIMBURSABLE EXPENSES: Amount -- -- 76 .50 In-House Computer 5.00 Pax Postage & Delivery ------1�76 Reimbursable Total: 83 .26 Total Invoice $ 3, 170. 94 FROM RH2 ENGINEERING PHONE NO. : 42539e2774 Jan. 02 2001 03:34PM P13 RH2 TimeTY axE2 Timesheet Detail Report Page 1 System Date: 12/27/00 100115 REN Portable Generator Set 1 REN Portable Generator Set Monica H. Roberts 12/01/00 100 Specs •5 Monica H. Roberts 12/04/00 SPECS 4 . 0 Monica H. Roberts 12/05/00 Letter to J.D. Wilson proofed, revised, 1 .0 faxed and mailed. Monica H. Roberts 12/15/00 two copies, copying, binding, mailing 2 . 5 Monica H. Roberts 12/18/00 Specs • 5 Emolovee Total : 8 . 5* Mark L. Miller 11/29/00 Prepare features and options list for 1 .0 letter report. Mark L. Miller 11/30/00 Preliminary report preparation. 2 . 0 Mark L. Miller 12/01/00 Preliminary specifications and letter 8.5 report. Mark L. Miller 12/04/00 Finalize specifications and report. 5.25 Mark L. Miller 12/11/00 Work on finalizing specifications. 2 .0 Mark L. Miller 12/13/00 work on finalizing specifications. 2 .5 Mark L. Miller 12/14/00 work on finalizing specifications . 4. 0 Mark L. Miller 12/15/00 Finalize specification documents. 5 . 0 I �Y CITY OF RENTON PAGE 1 . . .A 1055 S. GRADY WAY .Date PO Number RENTON, WA 98055 11/08/00 0180280 VENDOR: 068180 SHIP TO: RH2 ENGINEERING INC 12100 NE 195TH ST #100 BOTHELL , WA 98011-5111 COP FOB Point: Req. No.: Terms: Dept.: PLNG/BLDG/PUB WKS UTILITY SYS Req.Del. Date: Contact: FERK I NGSTAD, L I NDA Speciallnst: Confirming? N Quan.4ty Unit 0owiption Unit Price Ext Peke CAG 00-151 Portable Generator Set, Wtr 8.OD0.4 Utility, Emergency Response Projects l�2 // G� t,cc� 4 r t�. 0 31 SS I a 0 0 a q3 ........i}ii -... �.: ............. ... .. . -.... is i:::ir... -. .. 'iti• C :�:is�?�::.:r^'-: .::..�.................................: . ... ....... ::..�::'-i::....-:. ..-:::. :.�:....... :::'!:.: ... .. ... .. ....i':.:....::.........:.. i. .. v.. . .. .. -::i . ............... ' - :i:::of is .. ....... - .:: i::................ 4:^iiiii}i:{•:iiii:i{'::•:-:-::i'fv?iii:: •::::4ii:.:: SUBTOTAL 8.000.0 BILLTO:City of Renton TAX .0 1055 S GRADY WAY FREIGHT .O RENTON, WA 98055-3232 TOTAL 8.000. 0 Account Number Amount Account Number Amount 421 . 000500.018.5960 . 0034.65.05526 8,000.00 ORIGINAL/FILE COPY Authorized Signature PINK WHITE Authorized Signature RH2 Engineering, Inc. 12100 NE 195th St. , Suite 100 Bothell, WA 98011 (425) 951-5400 Invoice number 23158 December 4, 2000 Page number 1 Project 100115 REN Portable Generator Set RH2 Project Manager: Mark Miller CITY OF RENTON - C®5,;L,URRENCE ATTN: LINDA FERKINGSTAD ( /. IRECEIVEDa 1055 South Grady Way �- RENTON, WA 98055 INITIAVDATE DEC - 5 2000 I CITY -:- -----------------------------------�)7lCIT SYSTEMS I� Budget: $8, 000.85 ! 0 Prior Billed: $ 0.00 Incremental Bill No. 1: $ 225.93 Budget Remaining: $7, 774.92 PROFESSIONAL SERVICES: Hours Rate Amount ---------------------- ------- ------ ---------- Project Engineer E IV Mark L. Miller Professional Services 2 .50 79.321 198.30 Word Processor I Larena A. Mills Professional Services .25 35.285 8.82 ------- ---------- SERVICES TOTAL: 2. 75 207.12 Total fee 828.09 Percent complete 2 .00 Total fee billed 16 .56 Fee previously billed .00 Current fee billing 16.56 Continued... Jr Invoice number 23158 December 4, 2000 Page number 2 Project 100115 REN Portable Generator Set ----------------------------------------------------------------------- REIMBURSABLE EXPENSES: Amount ---------- ---------------------- In-House Computer 2.25 Reimbursable Total: 2.25 Total Invoice $ 225.93 RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 11/27/00 100115 REN Portable Generator Set 1 REN Portable Generator Set Larena A. Mills 11/17/00 100 File Management •25 Employee Total: .25* Mark L. Miller 11/14/00 Setup project files and schedule of 1.0 work. Mark L. Miller 11/21/00 Project kick-off meeting in Renton. 20 1.5 miles of travel. Employee Total: 2 .5* Phase Total: 2 .75* RH2 TimeTraxEZ Timesheet Detail Report Page 1 System Date: 11/27/00 100115 REN Portable Generator Set 1 REN Portable Generator Set Larena A. Mills 11/17/00 100 File Management .25 Employee Total : .25* Mark L. Miller 11/14/00 Setup project files and schedule of 1. 0 work. Mark L. Miller 11/21/00 Project kick-off meeting in Renton. 20 1.5 miles of travel. Employee Total: 2 .5* Phase Total : 2 .75* CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 12/21/00 TO: Ray Sled o FROM: J-D7 Wilson- 1 J SUBJECT: Portable Generator Purchase Ray, Here are the catalog cuts for the portable engine generator set upon which the specs are based. Please let me know if you need any changes made to the specs. I plan to advertise for the purchase the first week of January. cc: Abdoul Gafour E:\FILLS\Projects\Purchase Fmcrgencc Generator\001221a.doc\jdw ~� CAG-00-012 PURCHASE AGREEMENT This agreement is made between Company UNITED FIRE SERVICE., INC_ at 5648-221st P1. SE, Issaquah, WA 98027 and Buyer City of Renton Fire Department at 1055 S. Grady Way, Renton, WA 1. The Company agrees to sell and the Buyer agrees to purchase the fire apparatus and equipment (Apparatus) described in the Company's Proposal and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Company's Proposal and the Buyer's Specifications, the Buyer's specifications shall prevail. 2. The company agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total upon acceptance of a completed and executed Purchase Agreement at the offices of the Company. 3. The Apparatus shall be delivered F.O.B. 211 Mill Ave S, Renton, Washington in no more than 240 calendar days after completion of the Pre-Build Conference as provided in the Buyer's Specifications. In the event the completed apparatus cannot be delivered as specified herein, the Company agrees to pay the Buyer the sum of One Hundred Dollars ($100.00) per vehicle for each and every calendar day the Apparatus is delayed. It is agreed that such delivery is subjdct-to-delays caused by war, fire, labor disputes, acts of God, governmental regulations, strikes, inability to obtain materials by suppliers, and other causes beyond control of the Company. The Company must inform the Buyer of any delays that the Company believes is beyond its control and requests the Buyer in writing to formally acknowledge an extension of time, which such extension of time the Buyer shall not unreasonably withhold. 4. Company hereby proposes to furnish the buyer, subject to proper execution of the attached agreement by the Company and by the Buyer, the apparatus and equipment to be built in accordance with the Buyer's Specifications and the Company's proposal. One (2) H2O4-CO23TM Custom Pumpers BID PRICE $ 287,760.00 each TOTAL FOR TWO UNITS $ 575.520.00 SALES TAX FOR TWO UNIT $ 49,494.72 TOTAL PRICE FOR PUMPERS $ 625,014.72 One (1) H712-L396 95' Aerial Platform BID PRICE $ 623,206.00 SALES TAX $ 53,595.72 TOTAL PRICE FOR PLATFORM $ 676,801.72 Unless otherwise specified, this Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax, Buyer agrees to furnish the applicable exemption certificate to the Company and to hold the Company harmless from any damage which may result from the Company ultimately having any such tax assessed against it. Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, whichever is less. If more than one apparatus is included and they are delivered on different dates, the terms of payment shall apply to each shipment and an invoice covering each shipment shall be issued. The Company and Buyer agree that title shall remain with the Company until the Purchase Price is paid in full. 5. Each new item of apparatus is warranted against defects in material and workmanship, for a period of one year from the date of delivery to the original user/purchaser, all in accordance with the Manufacturer's preprinted Statement of Warranty which is either attached to the Agreement or has otherwise been delivered to Buyer. Buyer hereby acknowledges receipt of the Manufacturer's preprinted Statement of Warranty. Additionally any equipment and/or component part warranties extending beyond the standard Statement of Warranty(i.e. water tank, engine, transmission, axles), if other than previously stated, shall have separate written warranty. These warranties are in lieu of all other warranties express or implied, including without limitation any implied warranties. Warranties shall be provided as described in the Buyer's Specifications and Company's Proposal. 6. The parties to this Agreement designate Ile Company Representative ,_,�d A 4 ,4 A✓1 c>v I /l e Title RES1Z EN 7_ and Buyer Representative Jesse Tanner Title Mayor for communications and acceptance regarding this Agreement. 2 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Company has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Company until accepted in writing by an officer of the Company at its offices. When requested by the Company, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Company and the Buyer have caused this Agreement to be executed by their duly authorized representatives as of the date set forth by each. BUYER COMPANY By B Title esse Tanner, Mayor Title c Date -� Date .1 Z- 7— Attest: Brenda Fritsvold, Deputy City Clerk 3 Al - CITY OF :RENTON c. - Office of the.City Attorney ....�{L Lawrence J.Warren Jesse Tanner,Mayor MEMORANDUM To: Carol L.Hensley, CPS From: Lawrence J. Warren, City Attorney Date: October 12,1999 Subject: Purchase Agreement with United Fire Service,Inc. I have reviewed the above-referenced document and the same is approved as to legal t least on form- I haven't reviewed the warranty itself. Also; can we get more than a one year warranty the power train? Lawrence J. Warren LJW:as. cc: Jay Covington A8:166.33. Unct r)rf f-o nnv AIA _ 100 c 7nri gtrP.Pt - Renton. Washington 98057.- (425)255-8678 �,R CITY OF RENTON Office of the City Attorney Jesse Tanner,Mayor Lawrence J.Warren MEMORANDUM To: Carol L. Hensley, CPS From: Lawrence J. Warren, City Attorney Date: January 13, 2000 Subject: Purchase Agreement with United Fire Service, Inc. for Two Custom Pumpers and One 95' Aerial Platform The keys to this contract are the "buyer's specifications.". If they are adequate, then there will be few, if any, problems. Is there a method in those specifications to resolve a conflict between the specifications.and the manufacturing conditions? - Who will pay to resolve the issue of cost of extra work caused by such a conflict? Is a one year warranty adequate2 Can you negotiate a longer term? Perhaps I need to know more about the manufacturing process. For example, is this largely assembling pre-manufactured components or is there extensive fabrication? I am inclined to be very cautious with contracts of this size. Lawrence J. Warren LJW:as. cc: Jay Covington A8:170.24. Post Office Box 626 - 100 S. 2nd Street - Renton, Washington 98057 - (425)255-8678 ,s 17:44 FAX 425392P!10 ISSAQUAH YVASH. 351 P01 NOV 08 199 16,34 V 253-848-08383 ALLUM—BLA I R INS. ` �f .ti'' {.i. `1•:r'ii OATS ... -... THIS CERTIFICATE IS ISSUED 09 A MATTER OP INFORMATION i All ONLYAND CONFERS NO RIGHTS UPON T14E CEFMRCATE MCCallum-Blalr Insurance HOLDER, TI{Ig CERTIFICATE DOES NOT AMEND EXTEND OR 420 Meridian North ALTER THE CCYERAGE AFFORDED BY THE POUCIHS BELOW. P.O.BOX 998 - COMPANIES AFPORDING COVERAGE Puyallup,WA 98371 COMPANY A St Paul Fire and Marine Lns Co ITesLIRee COMPANY United Fire Service Inc. e - $648 221st Place S.E. COMPANY Issaquah,WA 98027 G COMPANY 3-A n TH13 IS TO CIRTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE,INSUREO n►WEO ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANGNG ANY RECUMEMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN-TIDE lKSURANCE AFFORDED BY THE POUOIES DG PJMD HEREIN IS SUBJECT TO ALL THE TERMS. cXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. CO TYPE OF14UAANCO POLICYNWteEn OATS i n M*vw ATfpualomyN UMFT6 LTR A 6lI�1LAL LtArsILITV GENERAL AGGREGATE I 1 000 004 X COMMERCIAL GENERAL LIA6 UTY CK08402357 OVUM 02105M PAOcwera.COMProP AGO ! 000 000 CLAIMS MADE �OCCUR PgASONAL A ADV INJURY f OWNER'S d CONTRAGTrt'O 'f PROT 6ACH O(',CU F y1ENCE d DAMAGE JAM CM 09l s 100,000 X WA STOIP GAP A AUTOMOBILE LIABILITY T COM&NfD SINGLE LILGT d 1,000,000 M'X A AUTO CKO$4423s7 0?J05J49 02105.00 ALL OWN110 ALTMS soEILYINJURYIPeSCHeOVLED AUTOS X MIRED AUTOS SORY.Ifley X NON-OWNED AUTOS X GARAGE LIAR rrOPERTYOATJAGE 1 AUTO ONLY-NAACC10ENT S GARAGE LIABILITY O711SiR TWAN AUTO ONLY' ANY AUTO EACH ACGIOlNT f - AGGRLGATE E EACH occURREN—,F s rAcaa3 LIAa0.1TY AOGRecuTe f UMBRELLA FORM i OTHER THAN UMBRELLA FORM 7TA T ' WORKERS COMPRNSATLON AND Y EPAPLOVeRT LIABILITY EL EACH AGCTOcNt f lLDf3EASH.POLICY LIMIT ! THI•PRCPiVff=R/ INGL PARTNER"XECUTNER L'L DISEASE•EA EMPLOY IC 3 OFFICERS ARE: ExCL A OTHERGARAGEKEEPERS CKOW2357 0?105199 02/05100 DMC�T-?RIMARY CO'VFA&GE PI•IYSICAL DAMAGE 0E3CIuPTION Of OMATONI"CATicNENEwCLE89PEA+L nl3n CERTtI: CATA:i4AGPIn. GANGq.�AtiGN, - BHOVLD ANY OF THE ABOVE DESCAM" POLICIES BE CAJICELllO BEFORE THE City of Renton LOMATIOH DATC THEREOF. THE MMNO COMPAMY WILL WMGAVOR TO MAIL 1055 S.Grady Way .43_DAYS WNrM Non"To THE CIRTIRCAT>:MXoDI NAUeD TO THE tAfT, Renton WA 98055 SuT FAIU l TO MAIL OUCH NOTICE SHALL W"49 NO OSLI"TION OR LL►BILJTY OF ANY KW UPON THE COMPANY, RB AGENTS OR RElREeEN7AnvEi. �v ems•>i�. - .N inn Ntreet - Kenton- WishmPton 9?SU5•/.- (4'L5)155-8678 r I � /' VV���J� ���� PURCHASE AGREEMENT This agreement is between: Supplier at and Buyer City of Renton Water Utility at 1055 S. Grady Way, Renton, WA 1. The Supplier agrees to sell and the Buyer agrees to purchase the trailer mounted electrical generator set including factory and field testing, operator instruction and warranties (Apparatus) described in the Supplier's Proposal and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification,all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Supplier's Proposal and the Buyer's Specifications, the Buyer's specifications shall prevail. 2. The Supplier agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total ($ ) upon acceptance of a completed and executed Purchase Agreement at the offices of the Supplier. 3. The Apparatus shall be delivered F.O.B. at 3555 NE 2nd Street, Renton, Washington in no more than 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. In the event the completed Apparatus cannot be delivered as specified herein, the Supplier agrees to pay the Buyer liquidated damages in the amount of four-tenths of one percent (0.004) of the bid price of the Apparatus for each work day the Apparatus is delayed. Both the Buyer and the Supplier agree that the above figure represents a reasonable amount for actual damages incurred by the Buyer and is compensatory. The Buyer shall deduct such penalties from the payment of the Supplier's invoice for the purchase. An extension of the delivery date may be authorized only by the Buyer. Saturdays, Sundays and officially recognized City, State and Federal holidays will not be considered normal work days. Also, the Supplier will not be held responsible for Force Majeure delays, provided the Buyer is notified in writing in a reasonably timely manner. 4. The Supplier hereby proposes to furnish the Buyer, subject to proper execution of this agreement by the Supplier and the Buyer, the Apparatus to be built in accordance with the Buyer's Specifications and the Supplier's Proposal for the total bid price of which includes local sales tax(8.6%). Unless otherwise specified,the Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax,the Buyer agrees to furnish the applicable exemption certificate to the Supplier and to hold the Supplier harmless from any damage which may result from the Supplier ultimately having any such tax assessed against it. v Li J 0 i Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law,which ever is less. S. Supplier warrants of Apparatus comply with warranties/warranty services as outlined in Buyer Specifications. The Supplier included in the bid price a warranty of at least 24 months. Warranty covers 100%parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative Title and Buyer Representative Jesse Tanner Title Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. BUYER SUPPLIER _City of Renton By By Name/Title Jesse Tanner,Mayor Name/Title Date Date: Attest: Marilyn Peterson,City Clerk CITY OF RENTON $ 9.21 PLAN NINGIBUILDINGIPUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 71h Floor, City Hall. Bid Opening Place: Room # 511, 5`h Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This lis is used to provide notices of addenda, etc.) Set# Name: wC P6w r S' li` 'vit-r Mailing Address: 7 0 0 Street Address: City/State/Zip Code: �� K tit & � w A 99189 Telephone No.: Sl— t'i f1 7 Fax No.: 4- Z- S- Z S'/� 6 ¢ 23 Date Received: / Receipt# Signature: Set# Name: Mailing Address: Street Address: 1J7 -Z City/State/Zip Code: Telephone No.: 1-� - 5 Z ^ 1 t-2 v Fax No.: 2 Date Received: Receipt# Signature: Set# S Name: C U;-t^J-vs /V�.eTNc✓��T. �nl L Mailing Address: Street Address: t v 6AADe SS City/State/Zip Code: 2C_'—�✓ ��,Q Telephone No.: -2-C 2 ,2 77- go Fax No.: �?S�- = `�,2n Date Received: ,7 o Receipt# Signature: Set# Name: F►ri.P ✓ e OK1c 1' (,�'✓`�G� I�rL�J v/ `��, E Mailing Address: M 01 ' /4 f6 Aug 410 Street Address: City/State/Zip Code: we p i tl y i , we q�0 E 4 q0 b r� Telephone No.: �/ZS—� (� 73US Fax No.: EIZ_ Yee -K2J1 b Date Received: 23—0 J Receipt# Signature: H.DOCS.97-1108.DB.ps CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7"' Floor, City Hall. Bid Opening Place: Room # 511, 5`h Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This list is used to provide notices of addenda, etc.) Set# I _Name: D SQ A6V-E F-13EXC-a SVSTEMS Mailing Address: ys q rl CEDAiC QR9VE >;nAj� Street Address: SAME City/State/Zip Code: SSSAQUA.". IAA 9 8a 7-17 Telephone No.: t y25) 392- 0162. Fax No - [ as 1 392 — 557 2- Date Received: J - Z5-O Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code.- Telephone No.: Fax No.: Date Received: Receipt# Signature: Set# Name.- Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: Set# Name: Mailing Address: Street Address: City/State/Zip Code: Telephone No.: Fax No.: Date Received: Receipt# Signature: KDOCS 97-1108 DB ps Addendum #2 With certified mail tracking numbers NC POWER SYSTEMS 17900 WEST VALLEY HWY TUKWILA, WA 98188 70993220001004057331 PACIFIC DDA 7215 S 228 rn ST KENT, WA 98032 70993220001004057119 CUMMINS NORTHWEST INC PO BOX 9811 RENTON, WA 98057-3000 70993220001004057195 EMERGENCY POWER CONSULTANTS INC 19501 144"' AVE NE, BLDG A800 WOODINVILLE, WA 98072-6400 70993220001004057218 70993220001004057225 D SQUARE ENERGY SYSTEMS 15417 CEDAR GROVE RD ISSAQUAH, WA 98027 70993220001004057232 COMMERCIAL ENVIRONMENTAL TECHNOLOGIES PO BOX 1771 BELFAIR, WA 98528 70993220001004057249 STAR RENTALS & SALES PO BOX 3657 SEATTLE, WA 98124 70993220001004057256 4 �b�� LINoP I �is�-► K,v4)a rNp,%L. Ti, 59 M TODAY c is�� tir 1s9 W lj �UZ�tiu IC3cu►�i, 'TH$ 8'D op(5Aip► IS (��3DAy Fa 11 13 -Tv4 . - J.p. CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 7" Floor, City Hall. Bid Opening Place: Room # 511, 5"' Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This lis is used to provide notices of addenda, etc.) Set# Name: _�( e P6w r2 Mailing Address: 7 4 0 O GJ Street Address: , City/State/Zip Code: n /C W 1 L.4 ( t,)A 99189 Telephone No.: 2 s/— 6 -(17 Fax No.: ¢- 2-S- Date Received: / Receipt# Signature: Set# Name: Mailing Address: Street Address: g -Z City/State/Zip Code: Telephone No.: L\ - S Z Q,^ Fax No.: Z 1 S Date Received: 0 Receipt# Signature: Set# �Name: C Ljez^z-v.s Alo-4V inr c- Mailing Address: go -'��P/� Street Address: �// .�w 6NAnje u-AY Pa SS City/State/Zip Coderc� o�✓ G�.Q_ Z�c ` Telephone No.: ''- .2 -77- -.5- q6 Fax No.: c�,Zp Date Received: Z.2;Llol Receipt# Signature: -�O)Set# Name: Fr►�� ►1N DAJ-t►' (/11^Sl�I7 +ti7J ��ti. k �? ► Mailing Address: /qSQ/ / h AUR OIE 0 Street Address: f/ , City/State/Zip Code: W J p 1 V I l , too Telephone No.: Fax No.: Date Received: o J Receipt# Signature: H.D005.97-1108-DB ps CITY OF RENTON $ 9.21 PLANNING/BUILDING/PUBLIC WORKS DEPT. Tax: 0.79 UTILITY SYSTEMS DIVISION $ 10.00 SPECIFICATION HOLDERS LIST Project Name: Purchase of Trailer Mounted 500 KW Generator Set Project Manager: J.D. Wilson Telephone: 425-430-7295. E-mail: jwilson@ci.renton.wa.us Bid Date: February 13, 2001 Bid Due :2:30 PM Bid Receiving Place:City Clerk's Office, 711 Floor, City Hall. Bid Opening Place: Room # 511, 5th Floor, City Hall, 1055 S. Grady Way Consultant: Mark Miller, RH2 Engineering Telephone: 1-800-720-8052 ext. 5372 (Mailing Address must not be P.O. Box - notices are sent certified mail. Please use full ten digit phone numbers. ALL information must be provided. This list is used to provide notices of addenda, etc.) Set# *7 Name: D 5QVAeE F-bX Y .SYSTEMS Mailing Address: M 1'r CEDAIL 0 3=VE Z0An Street Address: SAME City/State/Zip Code: =SSAQQA" Wk 9807? Telephone No.: ( y25) 392- 0162. Fax No yM 392 — 5572. Date Received: - zs-O Receipt# Signature: A Set# _Name: r ML1�t ki if Et�y !LO N AnEN;AL T�c�cH�yl -i.�5 Mailing Address: Street Address: J q a N TLI VAAP Lk.LSO Q 01 X-L�'a 'n- ? N",AA City/State/Zip Code: LEA►�A� W,pe 9 Telephone No.: J bq (7 TO )$�� Fax No :,�A?O Q T-t- 3as ic) Date Received: f 1,7 ti b I Receipt# Signatu Set# _Name: Mailing Address: ZOO /�< v 3 Co-S'7 Street Address: l pl9 yA;( v City/State/Zip Code: �� Lt,�� Telephone No.:,,2Q& Fax No.: ob e, ,577 - 3 F0 Date Received: p L Receipt# Signature: Set# Name: - - Mailing Address: — — Street Address: -- City/State/Zip Code: --- -- - - Telephone No.: Fax No.: Date Received: Receipt# Signature: /1 f w-,97 1108 DR ns February 8, 2001 JD Renton Post office is tracking the return receipt on your mailing of Add. #I Jan. 26, 2001. It will be about one week before we get anything in the mail. Teri Postal CERTIPIED MAIL RECEIPT Womestic Mail only, No insurance coverage Provided) 440mestic Mail Only; No Insurance Coverage Provided) C3 Article Sent To: r` Article sent To: 7 CUMMINS NW INC PO BOX 9811 r EMERGENCY POWER CONSULTANTS INC M1 rti A , LDG A800 � Postage $ t Ln Wdnvi l,age $ a /► WA / v \ , 0 Certified Fee � fled Fee / \ Return Postmark O (En Endorsement Required) Postmarkt Fee Her O 6 4 0 0 eipt Fee Here r i r-i Required) O Restricted Delivery Fee 1:3 Restricted Delivery Fee O (Endorsement Required) O (Endorsement Required) 0 Total Postage&Fees $ p Total Postage&Fees $"3 rU fU r1J Name(Please Print C/ea �f�w rU Name(Please Print Cle� p /t�jKl�� m ll:iS�m�lys �+vc ����+rr'+��}�w} t�l ��� TT �V�� RR�C�'�v �V���Uj Q, 'r:S ee4iljit.lVV11L �7i.7TEIY1�7,••D1vY1�71 p- Street,Apt. MI�'�'"GYSTtMS*DIVISIO -._.-�""-• Q' r- City State,Zt GRADY wY tt OO M Cf.,Sfstl+21P4w��-CTti1ty9'-Wr►t-Y-;-5ttT•�-LO./i�••-�r-• (- S:-�+"�ttt--Wl4tp-�ii�#FL1.A►�R.___... RENTON WA 98055 � ec ENTON WA 98055 Postal U.S.Postal Service CERTIPIED MAIL RECEIPT CERTIFIED MAIL .. RECEIPT Only; .. , Insurance Coverage P r3: Article Sent To: ru M PACIFIC DDA m NC POWER SYSTFXS 17900 W Valley Hj r- Tukwila, ,n KEN77 T, e $ Lrl $ 98032 �I El Certified Fee (J � Certified Fee Return Recei t Fee Postmark Return Receipt Fee Postmark P (Endorsement Required) Here (Endorsement Required) Here `O Restricted Delivery Fee 0 Restr cted Delivery Fee CQ (Endorsement Required) O (Endorsement Required) Total Postage&Fees $ p Total Postage&Fees � `a.ov. #NTON RJ I 1� m Name(Please IYI IWI f11 Name(Please Print CI YcTC�Q n'1/ �RT11��A+w�ls .�aL.�1� Ir�stre •------ •V7-i:MS-DI Y ISION---------• IT' Street,Apt.Nd &GF(AD T A T;-Jll l-rL�-....... Q-�Street,Apt. � 055&GRADY WAY 5th FLOOR �;ty sere,z�P;4 _.__ . Q�l._aIILA_ $055_ ........... .. o .�/��� \ CI ate, A.) 4 RGIr 1 O j WA SV�7�7 f� • ( W 1 S byL w,1 RECEIPT MAIL stic co , E ENERGY SYSTEMS ru D S UAR r 98027 Posta Ln ge $ 6 z Certified Fee pos"W t C3 Here Return Receipt Fee CDindorsement Regwred) r.. O Restricted Delivery Fee p (Endorsement Required) 0 Total postage&Fees r71 RJ Nam lease Prlrtt Cie --.-.i-. m i M�fl�� I Street,Apt. i � Ir DY-1NAY.53n.FLQQA......._.. 0 �;�-,-siaWO5 Q N,wi!98055 J CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 2/7/2001 TO: City Clerk FROM: J.D. Wilson, x7295 SUBJECT: Addendum No. 2 to I for Bids for Purchase of Trailer Mounted 500 KW Generator Set Attached for your files is the subject addendum. CAProjects\Purchase Emergency GeneratorTid Documents\Addendum 2\010207a.doc\jdw City of Renton Purchase of: Trailer Mounted 500 KW Generator Set Addendum No. 2 February 7, 2001 To All Bid Package Holders: You are hereby notified of the following changes, deletions, additions, corrections, and clarifications to the plans, specifications, and other documents comprising the contract documents for the City of Renton Purchase of Trailer Mounted 500 KW Generator Set. Specifications Division 16, Section 6J- Trailer Add the following two paragraphs: The complete engine generator with trailer set shall be street legal and licensable per Department of Transportation (DOT) requirements for operation in the State of Washington on highways and streets. The complete engine generator set with trailer lighting system shall meet ICC and Washington State licensing requirements. The Supplier shall provide a Manufacturers Statement of Origin (MSO) and a dealer or manufacturer transfer of title form at time of delivery to the Owner for licensing. The Supplier shall supply temporary licensing for transporting engine generator set to the Owner for testing and final delivery. The maximum allowable travel mileage on the trailer prior to final delivery to the Owner shall be less than 500 miles. Division 16, Section 6DD—Field Test Paragraph 1 DELETE first sentence of Section 6DD, Paragraph 1,which reads: Upon completion of unit installation, carry out running test. REPLACE with: Upon delivery of the engine generator set to the field-testing site the Supplier shall carry out running tests with coordination from Owner personnel using real motor loads. The Owner will be responsible for connecting all power cables to the generator unit and switchgear as necessary to carry out the field-testing. The Owner will disconnect the power cables at the completion of testing. Page 1 of 2 This Addendum No. 2 forms a part of the Bid Documents and along with Addendum No. 1 modifies the original Bid Documents dated "Winter 2001", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement may render the bid non-responsive and may cause its rejection. John . Wilson, P.E. Project Manager Received and Acknowledged: Contractor By Title Date Page 2 of 2 ti�Y o� City of Renton PLANNING/BUILDING/* PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: NC Power Systems- FROM: J.D. Wilson 17900 West Valley Highway Utility Systems Division Tukwila, WA Phone: (425) 251-6437 Phone: (425) 430-7295 Fax Phone: (425) 251-6423 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. n ti�Y o� City of Renton % - PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT R, Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: Pacific DDA FROM: J.D. Wilson 7215 S. 220th Street Utility Systems Division Kent, WA 98032 Phone: (253) 520-5170 Phone: (425) 430-7295 Fax Phone: (253) 850-2631 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review Please find attached the subject addendum. ��Y o City of Renton PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: Cummins Northwest, Inc FROM: J.D. Wilson PO Box 9811 Utility Systems Division Renton, WA 98057-3000 Phone: (425) 277-5340 Phone: (425) 430-7295 Fax Phone: (425) 235-8202 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. ti�Y o� City of Renton 6 PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: Emergency Power Consultants FROM: J.D. Wilson 19501 144th Ave NE, Bldg A800 Utility Systems Division Woodinville, WA 98072-6400 Phone: (425) 486-7305 Phone: (425) 430-7295 Fax Phone: (425) 486-8206 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. I' ti�Y o� City of Renton G 6 PLANNING/BUILDING/ ♦ PUBLIC WORKS DEPARTMENT NT�� Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: D Square Energy Systems FROM: J.D. Wilson 15417 Cedar Grove Road Utility Systems Division Issaquah, WA 98027 Phone: (425) 392-0162 Phone: (425) 430-7295 Fax Phone: (425) 392-5572 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review Please find attached the subject addendum. City of Renton ♦ PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: Commercial Environmental FROM: J.D. Wilson Technologies P.O. Box 1771 Utility Systems Division Belfair, WA Phone: (360) 710-9827 Phone: (425) 430-7295 Fax Phone: (360) 277-3250 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. ti�Y o� City of Renton 81 PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 2/7/2001 Renton, WA 98055 TO: Star Rental & Sales FROM: J.D. Wilson P.O. Box 3657 Utility Systems Division Seattle, WA 98124 Phone: (206) 805-2119 Phone: (425) 430-7295 Fax Phone: (206) 587-3280 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 2 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. CITY OF RENTON e CITY CLERK'S OFFICE �C�iVFp FEB - ? Zoos MEMORANDUM CITY UT�U OF 4 FM N DATE: February 2, 2001 TO: J.D. Wilson, Utilities FROM: Michele Neumann Deputy City Clerk SUBJECT: Legal Publication, Daily Journal of Commerce The attached billing for the Trailer Mounted 500 KW Engine Generator Set Call for Bids notice, published in the Daily Journal of Commerce, is being forwarded to you for payment. If you have any questions, please call me at ext. 6504. Thank you. enc. STATE OF WASHINGTON - KING COUNTY --ss. 126461 No. TRAILER MOUN City of Renton Affidavit of Publication The undersigned,on oath states that he is an authorized representative of The Daily Journal of Commerce,a daily newspaper,which newspaper is a legal newspaper of general circulation and it is now and has been for more than six months prior to the date of publication hereinafter referred to,published in the English language continuously as a daily newspaper in Seattle,King County,Washington,and it is now and during all of said time was printed in an office maintained at the aforesaid place of publication of this newspaper.The Daily Journal of Commerce was on the 12'h day of June, 1941,approved as a legal newspaper by the Superior Court of King County. - The notice in the exact form annexed,was published in regular issues of The Daily Journal of Commerce,which was regularly distributed to its subscribers during the below stated period. The annexed notice, a BC:ENGINE GNRTR.SET was published on 01/16/01 01/30/01 The amount of the fee charged for th foregoi "b publication is the sum of$0.00,which amount has been paid in full. zA �7 Subscribed and sworn to before me on \ �S S A M P ., NotarEpu,is for the Late of WaWnijon, risi ingk Seattle Affidavit of Publication �W1;•� State of Washington, King County City of Renton :Engine Generator Set Bid Date:Feb. 13 s,.CITY OF RENTON =TRAILER MOUNTED ,-"`500 KW ENGINE GENERATOR SET :,CALL FOR BIDS _"'Sealed bids will be received until 2:30 p m: February 13,2001 at.the ;City Clerk's office,-7th Floor,Renton City Hall, and will be opened and publicly read in conference room# f 511, 5th Floor, Renton 1055 South Grad City;g� 98055. _• Y Way,Renton;WA tested d delivus to�be:supplied and delivered within ninety (90)calendar da_ys from the date of commencement under Phase agreement shialt include bPui*ch be limited to: :rsa�ui.„ Tlie. ivork�irivolved"'`•T' terms.of this``~ .unde%;the -Purchase`agreement erin '?nPnse of suppjy g;Aeliv- g,and testi 0. new 500 kilo. watt tr. er'ai0'tad diesel engine generator seE.!All work shall be per- formed to result-in a I ope::, '. . l system that meets the intent on the Purchase'agreement The . spe'ci — auPPlier:is: Cations inquire-about t: o.intent, when -.agreement pe ormance of the pe of.,, or 4uestion'= finished product in The woi g rall 1cohnsiets of-the.,l ollowi.g ProiIu y 0 shall beductrdehvered Ito`the�City g,tra�ler..moiinted.diesel fat generator set.with,custom cableincltiidiiig;but not limited to; ghargerner e•bnclosure,-Uttery grade heater c' Feather .�xhaust�sil r:muffier, e_nce PD ystems` encj �y �UAd telemeUa en ,amonitonngTesti Rine geIIe2.atoiset d` ng:JThe City shall:be!� _,,eliveieii t,,.e ed':beet," '4�'t0rys�field`test= ProductDelive r Ptancele erator set sli �' e enginelgen- ty':eho s^' -be delivered'to t}1e n ,after,`successful'C O,Yof�the�field test the r�+l. 'tbr•.�c'ugreemPIIt- ldoCI1m2I1 JeCyrbida" t�i� 81Vekar,��� s p'ojecta ahase�ag�eemeat�s«..�.f°arm�o,�fxpur - t )D - �- " e Cueartine � Works" ,Ltolae;�'sey'-u� �_ �yr'�loor ?? ntonGty ,ylOb "� °9� 5e.� W 3':'' �r W Gia r. ,g $0 9dab1 $Opp �forarnon; I a �'•,� ,,x�,�,sales:t�)'���($92L,plus .�, ;�taro�vep e'er-# ��tiplus$5.Op-•.t .. y�f maded�i Tlie gfchargmnonpfun'� No teleph one dable.- joiders,will%�•...�-:.;`• f S �Wy g a ron Cit 1055 flt .a y,Renfon.WA`g8055 Y r?f!indalile fee of$10 UQ' fgr'a'noa;- $0.79 sales'tas);each'set($u8lplus. ` �er�, N$charges _a1eQ u n efuud o able:telephone oide '�►nll b ed s ea e x2A certified, the.amo -!M.-or bid bond ui the"to-al f of five percent(5-- of amount of each ac company[eaelr liid,_ bid:must foriaarice bond"wiIl A�100% per, the cc at it bi ,be r?4uned�of sii biddei�•j,.=v it'rc No bide;aviU lie arm time``4nd•sate shown pted After-the may. Cfuestions arding cali.foi^ plensholdeislist P,e `bide•-_�Lor�the City'�;of;Ffen ease contact the Plan tones De�artaient, of . Custo�meB g ublicu.Worlie; ySeth ce; 10563 720UYstaff"aY,`k¢ tlob%$:425 430 co for a ?u questions is s project tech:: 430.7296'(jvvi]eoa M:an13i Pete seCtOg ) Dates's oft '?!,City, lerk;�r«tors SeattleD' Publication;in,tbe' ails J04rr al of Comore ianuary,,,l6 an4,30q,2001:1 3/p CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 02/01/01 TO: City Clerk FROM: J.D. Wilson, x7295 SUBJECT: Addendum to Ca 1 f Bids for Purchase of Trailer Mounted 500 KW Generator Se Attached for your files is the subject addendum. \\CITY OF_RENTON\RENTON\SUCCOR_SYS2\USERS\_j%N,ilson\Projects\Purchase Emergency Generator\Bid Documents\010201 a.doc\jdw I 4 ti�Y o City of Renton PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT N�o� 1Administration - FiftN 055 South Grady Way y y Date: 1/26/2001 Renton, WA 98055 TO: Cummins Northwest, Inc FROM: J.D. Wilson PO Box 9811 Utility Systems Division Renton, WA 98057-3000 Phone: (425) 277-5340 Phone: (425) 430-7295 Fax Phone: (425) 235-8202 Fax Phone (425) 430-7241 SUBJECT: Addendum # 1 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: M Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. Y o� City of Renton PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT N��� Administration - Fifth Floor 1055 South Grady Way Date: 1/26/2001 Renton, WA 98055 TO: D Square Energy Systems FROM: J.D. Wilson 15417 Cedar Grove Road Utility Systems Division Issaquah, WA 98027 Phone: (425) 392-0162 Phone: (425) 430-7295 Fax Phone: (425) 392-5572 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 1 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please [ For your be mailed ASAP Comment review Please find attached the subject addendum. ti�Y o� City of Renton PLANNING/BUILDING/ 8=M PUBLIC WORKS DEPARTMENT N��� Administration - Fifth Floor 1055 South Grady Way Date: 1/26/2001 Renton, WA 98055 TO: Emergency Power Consultants FROM: J.D. Wilson 19501 144t" Ave NE, Bldg A800 Utility Systems Division Woodinville, WA 98072-6400 Phone: - (425) 486-7305 Phone: (425) 430-7295 Fax Phone:l- (425) 486-8206 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 1 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review Please find attached the subject addendum. ti�Y o� City of Renton PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT N�o� Administration - Fifth Floor 1055 South Grady Way Date: 1/26/2001 Renton, WA 98055 TO: NC Power Systems- FROM: J.D. Wilson 17900 West Valley Highway Utility Systems Division Tukwila, WA Phone: (425) 251-6437 Phone: (425) 430-7295 Fax Phone: (425) 251-6423 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 1 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review Please find attached the subject addendum. ti�Y o City of Renton PLANNING/BUILDING/ PUBLIC WORKS DEPARTMENT Administration - Fifth Floor 1055 South Grady Way Date: 1/26/2001 Renton, WA 98055 TO: Pacific DDA FROM: J.D. Wilson 7215 S. 2201h Street Utility Systems Division Kent, WA 98032 Phone: (253) 520-5170 Phone: (425) 430-7295 Fax Phone: (253) 850-2631 Fax Phone: (425) 430-7241 SUBJECT: Addendum # 1 - Call for Bids Number of pages including cover sheet 3 for Purchase of 500 KW Trailer Mounted Generator Set REMARKS: ® Original to ❑ Urgent ❑ Reply ❑ Please ❑ For your be mailed ASAP Comment review Please find attached the subject addendum. City of Renton Purchase of. Trailer Mounted 500 KW Generator Set Addendum No. 1 January 26, 2001 To All Bid Package Holders: You are hereby notified of the following changes, deletions, additions, corrections, and clarifications to the plans, specifications, and other documents comprising the contract documents for the City of Renton Purchase of Trailer Mounted 500 KW Generator Set. Specifications Division 16, Section 16.6.J - Trailer Paragraph 2 DELETE Section 16.63 Paragraph 2,which reads: The trailer shall be rated at 200%of the weight of all installed components plus all fluids,with a 300% impact factor on the wheel and axle assembly. The towing eye shall be rated for 500%of the weight of the completed unit with a vertical weight rating of 60%of completed unit weight. REPLACE with the following: The trailer shall have a Gross Vehicle Weight Rating(GVWR)of 125 percent of the total weight of all installed components, including but not limited to,generator/engine assembly plus all fluids, sound- attenuated enclosure,fuel tank,fuel,and accessories plus 100 percent of the weight of the trailer. [GVWR shall be at least 125 percent of payload weight plus the curb weight of the trailer]. The towing hitch assembly shall be rated for the GV WR of the trailer. The trailer weight distribution shall be such that the trailer has adequate positive tongue weight. Paragraph 3 DELETE Section 16.6.J Paragraph 3,which reads: The trailer shall have triple axles with electronic brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality,designed for the trailer rating shown above.Tires shall be transport type, mounted on steel wheels with chrome wheel covers.Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. REPLACE with the following: The trailer shall have tandem Axles with air brakes and appropriately rated transport tires and rims for the applicable load range. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation.Brakes shall be on each wheel. Each axle shall be rated to meet the GVWR requirement specified for this project. Duel wheels and tires on each side of the axle will be acceptable. See Section M—Fuel System for fuel storage tank requirements. Pagel of 2 Paragraph 4 Add the following to the list of required accessories: • Four wheel blocks(two for each side of the trailer)for setting when the trailer is parked. Remove the following from the list of required accessories: • Break-a-way switch with charger. Division 16, Section 16AM—Fuel System Paragraph 6 DELETE Section 16.6.M Paragraph 6,which reads: Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. REPLACE with the following: Provide a fuel storage tank integral to the trailer.The tank shall be sized to allow 24 hours of continuous full load operation. The fuel tank shall be double walled construction to provided 100 percent secondary containment of all fuel when tank is full. A single wall constructed fuel tank with a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture will be an acceptable alternative. Paragraph 7 DELETE last sentence of Section 16.6.M,Paragraph 7,which reads: Provide a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture. This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid Documents dated "Winter 2001", as noted above. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement may render the bid non-responsive and may cause its rejection. \J Jo . Wilson; P.E. Pro t Manager Received and Acknowledged: Contractor By Title Date Page 2 of 2 01/17/2001 09: 10 509-886-2313 RH2 ENGINEERING INC PAGE 01 300 Sknon Street SE;Suhe 5 East Wenatchee,WA 98802 BEL 508-BW2900 800.720-M Fax 509-BW2313 To: Mr.J.D. Wilson, P.E.,City of Renton From Mark Miller Ext.Number 5372 Faw 425 J9-n 1 Pages: 2 including this cover sheet Phonm 425�430im Datat January 16,2001 Ree Engineers Estimate of Cost for Purchasing Portable Generator Set Ph.fit: Ron 100-115 ❑ Urgent ❑ For Rwviow ❑ Please Comment ®As Requested ❑ Mesting NOtice e Commentst Please call me if you have questions. Thanks, Mark Miller N m City of Renton Purchase of Traller Mounted 5W KW Engine Generator Set Engineer's Estirnate Cost to the City for Purchasing an Engine Generator Set item Description Price U z '-' 1 Standard Engine Generator Set $80,000 z 2 Telemetry Cables and Connectors Provided & Installed $ 2,500 3 Termination Box& Connectors for 120V power $ 1,500 z 4 Battery Charger $ 350 F1 5 Submittal process $ 1,000 w 6 Factory Testing $ 500 04 7 Feld Testing $ 1,200 8 Spare parts,tools, and warning signs $ 700 9 Fuel $ 200 Subtotal $87,950 tax ® 8.61/6 $ 7,564 Total Estimated Purchase Cost $95,514 prepared by RI-12 Engineering m m N 10 W Q1 I 01 m In m m m 19 N m 1/1fi101 4:53 PM ROCt298.044WGTinal Cost esL)ds J.D Wilson Re Insurance Requirements- Purchase of Generator Set Page 1 From: Michael Webby To: Wilson, J.D. Date: 1/5/01 2:14PM Subject: Re: Insurance Requirements- Purchase of Generator Set J.D. I don't know of any special insklurance coverage you would require concerning the purchase of a trailer mounted generator. You should require a full guarentee for a period purchase and the seller should be fully responsible for the thing until the city accepts it. I have asked WCIA to let me know if they can think of anything we should ask for. Will get back to you if I learn of something. Mike >>> J.D. Wilson 01/05/01 11:46AM >>> Mike: We are preparing to go out for bids for the purchase of a trailer mounted electrical generator set. The purchase agreement will include a field test of the unit and instruction of our maintenance people on operation and maintenance of the unit which will occur at the same time as the field test. What are the insurance requirements, if any, for this purchase? Thanks. J.D. J_D Wilson Re Insurance Requirements- Purchase of Generator S�6F Page 1 j From: Michael Webby To: Wilson, J.D. Date: 1/5/01 2:14PM Subject: Re: Insurance Requirements- Purchase of Generator Set J.D. I don't know of any special insklurance coverage you would require concerning the purchase of a trailer mounted generator. You should require a full guarentee for a period purchase and the seller should be fully responsible for the thing until the city accepts it. I have asked WCIA to let me know if they can think of anything we should ask for. Will get back to you if I learn of something. Mike >>> J.D. Wilson 01/05/01 11:46AM >>> Mike: We are preparing to go out for bids for the purchase of a trailer mounted electrical generator set. The purchase agreement will include a field test of the unit and instruction of our maintenance people on operation and maintenance of the unit which will occur at the same time as the field test. What are the insurance requirements, if any, for this purchase? Thanks. J.D. -ti City of ' RENTON NT PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET Bid Proposal, Purchase Agreement, and Specifications — Volume 1 of 1 0 22780 �. �F�rsTERtiO G�� /09/01 SSI�NALti� EXPIRES 3/19/2002 Winter 2001 Prepared by: RH2 Engineering,Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET PURCHASE AGREEMENT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders Call for Bids Bidder's Responsibility Statement *Combined Affidavit &Certificate Form: Non-Collusion Anti-Trust Claims *Bid Bond Form *Proposal *Schedule of Prices *Supplemental Information as Specified in Section 1.5, Bid Package Requirements, of the Specifications **Bond to the City of Renton **Purchase Agreement **City of Renton Fair Practices Policy Affidavit of Compliance Specifications Documents marked as follows must be submitted at the time noted and must be executed by the Supplier President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute purchase agreements / contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid **Submit with Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 RESOLUTION NO. 3229 EXMBIT`A' CITY OF RENTON SUNVEVIARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the.disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City.of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City workforce and to assure equal employment opportunity to all_ It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996_ CITY OF RENTON: RENTON CITY COUNCIL: yor Council President Attest: City te 3 CITY OF RENTON SUMMARY OF AMERICANS ff=DISABILITIES ACT POLICY ADOPTED BY RESOL U170N NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH H>JMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City senzces,activities and programs. (3) AMERICANS W£IH DI ABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy.will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Councll of the Ciry of Renton. Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor Council President City Clerk CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET Project No. WTR-27-2880 SCOPE OF WORK The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier is encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel engine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure, and telemetry system monitoring. Testing- The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery: The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. Page I of I INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, 7`' Floor of Renton City Hall, 1055 S. Grady Way, Renton, WA 98055, until 2:30 p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Purchase specifications may be examined and copies obtained at the Public Works Department Office. 3. The bid price must include providing all items and the performance of all work necessary to provide, test, deliver and warrant the trailer mounted engine generator set as described in the specifications. 4. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 5. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 6. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a purchase agreement and furnishes a satisfactory performance bond covering the full amount of the purchase within ten days after receipt of notice of intention to award purchase agreement. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 7. All bids must be self-explanatory. No opportunity will be offered for oral explanation. except as the City may request further information on particular points. 8. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily test, deliver and warrant the apparatus. 9. Payment for this purchase will be made in a Cash Warrant. 10. The purchase agreement will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. INSTRUCTIONS TO BIDDERS - 1 II. Selection of Alternative Buyer-Selected Material / Equipment The City will consider all aspects of quality, performance, and conformance with the specifications as well as price in selecting alternative materials / equipment. The City reserves the right, before the contract is executed, to select for installation any manufacturer's material / equipment listed, regardless of price, as will best suit the interests of the City and the purchase agreement amount will be adjusted accordingly. 12. Employment of Resident Employees The Supplier and sub-suppliers shall employ Washington State residents in accordance with the requirements of RCW 39.16. 13. Completion time. The Supplier shall be required to have the apparatus tested and delivered within 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. INSTRUCTIONS TO BIDDERS - 2 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET CALL FOR BIDS Sealed bids will be received until 2:30 p.m., February 13, 2001 at the City Clerk's office, 7"' Floor, Renton City Hall, and will be opened and publicly read in conference room # 511, 5"' Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The apparatus to be supplied, tested and delivered within ninety (90) calendar days from the date of commencement under this purchase agreement shall include, but not be limited to: The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier 's encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel engine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure, and telemetry system monitoring. Testing: The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery: The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Project award is subject to available funding. Specifications and form of purchase agreement documents may be purchased from the Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non-refundable fee of $10.00 ($9.21 plus $0.79 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing charge is also non-refundable. No telephone orders will be accepted. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. No bids will be accepted after the time and date shown above. If a bidder has any questions regarding this call for bids or the plans holders list, please contact the City of Renton Department of Planning/Building/Public Works, Customer Service, 1055 South Grady Way, 6th floor at 425-430-7200. Staff contact for project technical questionsJs J.D. Wilson, 425-430-7295 (jwilsonC4ci.renton.wa.us). Marilyn � ers6 City Clerk Published: Daily Journal of Commerce January 16, 2001 January 30, 2001 CITY OF RENTON Trailer Mounted 500 KW Engine Generator Set Project No. WTR-27-2880 BIDDER'S RESPONSIBILTY STATEMENT It is the responsibility of each bidder to ascertain if all of the documents listed on the enclosed Purchase Agreement Document Table of Contents are included in their copy of the bid documents. If documents are missing, it is the responsibility of the bidder to contact the City of Renton and to obtain the missing documents prior to bid opening time. CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion and Anti-Trust (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. FOR: NON COLLUSION AFFIDAVIT AND ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Trailer Mounted 500 KW Engine Generator Set Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of 2001. Notary Public in and for the State of Washington Notary (Print) My appointment expires: BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Trailer Mounted 500 KW Engine Generator Set according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 2001. Principal Surety Received return of deposit in the sum of$ CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET (PROJECT NO. WTR-27-2880) PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has read and thoroughly understands the specifications and purchase agreement governing the work embraced in this purchase, and the method by which payment will be made for said work,. and hereby propose to undertake and complete the work embraced in this purchase, in accordance with the said specifications and purchase agreement and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: Signature: Address: Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at CITY OF RENTON PUBLIC WORKS DEPARTMENT Project Number WTR-27-2230 SCHEDULE OF PRICES Trailer Mounted 500 KW Engine Generator Set (%'ote: Unit prices for all items,all exientions and total amount of bid must be shown. Show writ prices in both words and figures and where conflict occurs the written or sped words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE TOTAL PRICE NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 I Provide one trailer mounted 500 KW engine Lump Sum generator set including factory and field testing and warranty per Lump Sum (words) (figures) (figures) Subtotal(Bid Items I through 1) $ 8.6%Sales Tax $ Total Bid amount(including Sales Tax) $ SCHEDULE OF PRICES- I of 1 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors / suppliers with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington, this day of 12001. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Purchase Agreement PAG-01-XXX providing for supplying, testing and delivery of Trailer Mounted 500 KW Engine Generator Set the principal is required to furnish a bond for the faithful performance of the purchase agreement; and WHEREAS, the principal has accepted, or is about to accept, the purchase agreement, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said purchase agreement in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the purchase agreement or from defects appearing or developing in the material or workmanship provided or performed under the purchase aggreement within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Principal Surety Signature Signature Title Title PURCHASE AGREEMENT This Agreement is between: Supplier at and Buyer City of Renton Water Utility at 1055 S. Grady Way, Renton, WA 1. The Supplier agrees to sell and the Buyer agrees to purchase the trailer mounted electrical generator set including factory and field testing, operator instruction and warranties (Apparatus) described in the Supplier's Proposal and Supplemental Information and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Supplier's Proposal / Supplemental Information and the Buyer's Specifications, the Buyer's specifications shall prevail. This purchase agreement consists of the following documents, all of which are component parts of said Agreement and as fully a part thereof as if herin set out in full, and if not attached, as if hereto attached: 1) This Agreement, 2) Instructions to Bidders, 3) Bid Proposal,4) Specifications, 5)Bid, 6)Advertisement for Bids, and Addenda(if any). 2. The Supplier agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total ($ ) upon acceptance of a completed and executed Purchase Agreement at the offices of the Supplier. 3. The Apparatus shall be delivered F.O.B. at 3555 NE 2nd Street, Renton, Washington in no more than 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. In the event the completed Apparatus cannot be delivered as specified herein, the Supplier agrees to pay the Buyer liquidated damages in the amount of four-tenths of one percent (0.004) of the bid price of the Apparatus for each work day the Apparatus is delayed. Both the Buyer and the Supplier agree that the above figure represents a reasonable amount for actual damages incurred by the Buyer and is compensatory. The Buyer shall deduct such penalties from the payment of the Supplier's invoice for the purchase. An extension of the delivery date may be authorized only by the Buyer. Saturdays, Sundays and officially recognized City, State and Federal holidays will not be considered normal work days. Also, the Supplier will not be held responsible for Force Majeure delays, provided the Buyer is notified in writing in a reasonably timely manner. 4. The Supplier hereby proposes to furnish the Buyer, subject to proper execution of this agreement by the Supplier and the Buyer, the Apparatus to be built in accordance with the Buyer's Specifications and the Supplier's Proposal for the total bid price of which includes local sales tax (8.6%). Unless otherwise specified, the Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax, the Buyer agrees to furnish the applicable exemption certificate to the Supplier and to hold the Supplier harmless from any damage which may result from the Supplier ultimately having any such tax assessed against it. Page I of 2 Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, which ever is less. 5. Supplier warrants of Apparatus comply with warranties/warranty services as outlined in Buyer Specifications. The Supplier included in the bid price a warranty of at least 24 months. Warranty covers 100% parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative Title and Buyer Representative Jesse Tanner Title Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. BUYER SUPPLIER City of Renton By By Name/Title Jesse Tanner, Mayor Name/Title Date Date: Attest: Marilyn Peterson, City Clerk Page 2 of 2 lY CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of suppllier/contractor/subcontractor/consultant) I. It is the policy of to offer equal (Name of supplier/contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed, color, sex, national origin, age, disability or veteran status. II. complies with all applicable (Name of supplier/contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. II. When applicable, will seek out and (Name of supplier/contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each supplier; contractor. subcontractor and consultant. Include or attach this dOCUment(s) with the contract. City of RENTON NT PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET S P ecirlications �L L. SA �1e 1. �ECISTERti�G�� /09/01 SSIONAL B EXPIRES 3/19/2002 Winter 2001 Prepared by: RH2 Engineering, Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 Table of Contents Division1 General........................................................................................................ 1-1 1.1 Summary of Work............................................................................................. 1-1 1.2 Specifications .................................................................................................... 1-1 1.3 Submittal and Shop Drawings...................................................... 1.4 Substitutions ..................................................................................................... 1-3 1.5 Bid Package Requirements................................................................................. 1-4 Division 2 Sitework Not Used this Purchase Agreement.................................................2-1 Division 3 Concrete Not Used this Purchase Agreement ................................................3-1 Division 4 Masonry Not Used this Purchase Agreement.................................................4-1 Division 5 Metals Not Used this Purchase Agreement....................................................5-1 Division 6 Carpentry Not Used this Purchase Agreement ...............................................6-1 Division 7 Thermal and Moisture Protection Not Used this Purchase Agreement............7-1 Division 8 Doors and Windows Not Used this Purchase Agreement............................... 8-1 Division 9 Finishes Not Used this Purchase Agreement..................................................9-1 Division 10 Specialties Not Used this Purchase Agreement........................................... 10-1 Division 11 Equipment Not Used this Purchase Agreement ......................................... 11-1 Division 12 Furnishings Not Used this Purchase Agreement......................................... 12-1 Division 13 Special Construction Not Used this Purchase Agreement ........................... 13-1 Division 14 Conveying Systems Not Used this Purchase Agreement ............................. 14-1 Division 15 Mechanical Not Used this Purchase Agreement ......................................... 15-1 Division16 Electrical.................................................................................................. 16-1 16.1 General....................................................................................................... 16-1 16.2 Identification of Listed Products .................................................................. 16-1 16.3 Submittals ................................................................................................... 16-1 16.4 Codes and Standards.................................................................................... 16-2 16.5 Circuit Breakers........................................................................................... 16-2 16.6 Portable Standby Diesel Engine Generator System........................................ 16-2 A. General....................................................................................................... 16-2 B. Acceptable Manufacturers............................................................................ 16-3 C. Ratin 16-3 D. Electric Starting System ............................................................................... 16-3 E. Battery Charger ........................................................................................... 16-4 i F. Cooling System............................................................................................ 16-4 G. Air Cleaners................................................................................................. 16-4 H. Governor System......................................................................................... 16-5 I. Lubrication ..................................................................................................... 16-5 J. Trailer......................................................................................................... 16-5 K. Sound-Attenuated Enclosure........................................................................ 16-6 L. Exhaust System........................................................................................... 16-6 M. Fuel System................................................................................................. 16-7 N. Torsional Vibration ..................................................................................... 16-8 O. Control Panel and Alarm System.................................................................. 16-8 P. Alarm Contacts to Telemetry....................................................................... 16-9 Q. Telemetry Cable......................................................................................... 16-10 RFinishes..................................................................................................... 16-10 S. Generator.................................................................................................. 16-10 T. Voltage Regulator...................................................................................... 16-10 U. Switch Gear............................................................................................... 16-11 V. 120 Volt Convenience Outlet..................................................................... 16-11 W. Power and Telemetry Entrance Enclosure .................................................. 16-11 X. Special Tools and Requirements................................................................. 16-12 Y. Warning Signs ........................................................................................... 16-12 Z. Spare Parts ................................................................................................ 16-13 AA. Equipment Operating Manuals................................................................... 16-13 BB. Delivery.................................................................................................... 16-13 CC. Factory Test.............................................................................................. 16-13 DD. Field Test.................................................................................................. 16-13 EE. Training 16-14 FF. Warranty................................................................................................... 16-14 Division 17 Automatic Control Not Used this Purchase Agreement.............................. 17-1 Division 18 Measurement and Payment ....................................................................... 18-1 18.1 Payment...................................................................................................... 18-1 18.2 Bid Item No. 1 - Portable Engine Generator Tested and Delivered to Site..... 18-1 ll Division 1 General 1.1 Summary of Work Work incidental and necessary to completion of work described in these specification documents shall be completed under the bid items listed and no other compensation will be allowed. The WORK to be performed under this Purchase Agreement shall consist of providing all tools, equipment, materials, supplies and manufactured articles and providing all labor, transportation, and services, including fuel, power, and essential communications, and performing all work, or other operations required for the fulfillment of the Purchase Agreement in strict accordance with the Purchase Agreement Documents. The Work shall be complete,and all work,materials, and services not expressly indicated or called for in the Purchase Agreement Documents which may be necessary for the complete and proper operation of the Portable Engine Generator in good faith shall be provided by the SUPPLIER as though originally so indicated, at no increase in cost to the OWNER. The WORK of this Purchase Agreement is comprised of supplying, delivering, and testing of a new trailer mounted portable engine generator set with fuel tank and sound attenuating enclosure as specified herein. Other appurtenances are required to be provided with the delivered product as specified herein. 1.2 Specifications Work under this Purchase Agreement shall be performed in accordance these specifications and with applicable sections of the latest editions of: • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1-1 01/11/01 7:31 A\4 Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase 1.3 Submittal and Shop Drawings Shop drawing submittals are required for all items supplied or installed under this Purchase Agreement. Submit 5 copies of each submittal to: RH2 Engineering, Inc. 300 Simon Street., Suite 5 East Wenatchee,WA 98802 Attn:Mark Miller Submit one copy of each submittal to: City of Renton Water Utility 1055 S. Grady Way— 5th Floor Renton,WA 98055 Attn: J.D.Wilson Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the Purchase Agreement requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Supplier's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Supplier from responsibility for errors or omissions, or responsibility for consequences due to deviations from the Purchase Agreement documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8'/z" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Supplier and Applicable Subcontractor. 3. RH2 Engineering. 4. Owner's Name. 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Supplier has checked the equipment for conformance with the Purchase Agreement requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Supplier for re-submittal. The Engineer will review acceptable submittals as promptly as possible and transmitted to the Supplier not later than 10 working days after receipt. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of Purchase Agreement time or delay damages. Three sets of shop drawings 1-2 Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase will be returned to the Supplier after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of Purchase Agreement exceptions. 8. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for running and starting a load under specified conditions. Calculations shall be included as part of the documentation. 9. Warranty information. 10. See Section 16-2 for addition information required in the submittal. By approving and submitting shop drawings and samples, the Supplier warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data and have checked and coordinated each shop drawing with the requirements of the work and of the Purchase Agreement documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Supplier shall pay additional reviews by withholding the appropriate amounts from each payment estimate. The Supplier is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. 1.4 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Within 10 days after the date of the Purchase Agreement,the Owner shall consider formal requests from the Supplier for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. 1-3 Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase In making a request for a substitution, the Supplier represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Supplier shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Supplier waives all claims for additional costs related to substitutions. 1.5 Bid Package Requirements In addition to bid quotes for a new trailer mounted portable engine generator set specified herein, bidders will be required to furnish the following information: 1. Dimensional drawings showing outline dimensions, lengths, overall sizes, and weights of the engine generator set and all the appurtenances to be provided. 2. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for nm=g and starting a load under specified conditions. Calculations shall be included as part of the documentation. 3. A complete list of all accessories to be provided with the trailer mounted portable engine generator set including cataloged information for each item on the list. 4. Description of parts and service availability. 5. Delivery time in days from approval of shop drawings. 6. A list of five contacts in the Puget Sound Area within the past five years that have purchased an engine generator set from your company that is similar to the size and features specified herein. The list shall include a contact name, location of the installation, and a phone number for contacting that person. 7. Detailed information on the warranty. 1-4 Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. 16.2 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original Purchase Agreement price. 16.3 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals'sections of these specifications. The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. 2. Drawing of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: • Engine make • Number of cylinders • Bore (in inches) • Stroke (in inches) • Generator make and type • Generator electrical rating,kva • Cubic inch displacement • Fuel oil consumption • Exciter and type 16-1 Winter 2001 City, of Renton Division 16 - Electrical Portable Engine Generator Purchase • Horsepower at rated load • Enclosure size, exterior dimensions. 16.4 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code and local ordinances. If any conflict occurs between government adopted code riles and these specifications, the codes are to govern. All products shall be UL labeled. 16.5 Circuit Breakers Molded case circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes and individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions.All ratings are to be clearly visible. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated in this document. Circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.6 Portable Standby Diesel Engine Generator System A. General Provide one self-contained, exterior rated, trailer-mounted, standby engine generator system to operate the load criteria listed in the rating section of these specifications below during prime power failure conditions. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. The diesel engine will be operated between the approximate elevations of 0-500 feet above sea level and shall meet all performance requirements specified herein when installed at that altitude. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial products with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product, which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs or brochures and represents the latest production model. Insulate, enclose or guard exposed parts subject to high-operating temperatures or 16-2 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase energized electrically, any moving parts, which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. B. Acceptable Manufacturers Subject to compliance with these specifications, the following manufacturer's are approved for bidding: 1. Cummins/Onan 2. Caterpillar 3. Pacific Detroit/Kohler 4. Mitsubishi/Generac 5. Mitsubishi/Simpson Power Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. C. Rating Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump,jacket water pump and governor charging generator. Engine- generator power output rating is estimated for bidding purposes at 500 kilowatt (standby rating) at a speed not exceeding 1,800 rpm. Bidders evaluation of rating shall be included in the submittal package. Engine generator set sizing shall meet the following criteria: • Continuously operate two — 200 horsepower (Code G) vertical turbine pump motors, and one - 50 KVA lighting load. • Start and operate a 200 horsepower (Code G) vertical turbine pump motor with less that a 15% voltage drop using a solid state reduced voltage starter. The engine generator will be operated outdoors. The engine generator set shall be sized to overcome any loss of power due to excessive backpressure caused by a critical silencing exhaust muffler that will be required to meet the maximum noise level allowable as specified elsewhere in this document. D. Electric Starting System Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed, which will allow for full diesel start of the engine. Arrange starting 16-3 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase pinion to disengage automatically when diesel engine starts. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 90 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Batteries shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. E. Battery Charger A UL listed/CSA certified 10-amp voltage regulated battery charger shall be provided for each engine-generator set. The charger shall be located on the engine generator within the weather protective enclosure at a location recommended by the manufacturer. Input AC voltage shall be 120 volt and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalizer charge settings. Operational monitors shall provide visual output along with individual form C contacts rated at 4 amps, 120 VAC, 30 VDC for remote indication of: •Loss of AC power—red light •Low battery voltage —red light •High battery voltage — red light •Power ON— green light (no relay contact) Analog DC voltmeter and ammeter, 12 hour equalize charger timer, AC and DC fuses shall be provided on the charger. F. Cooling System Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 122 degrees F ambient temperature. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of minus 20 degrees Fahrenheit. Provide engine mounted, thermostatically controlled water jacket heater(s) for the engine. The heater(s) shall be sized as recommended by the equipment supplier. The heater voltage shall be single phase, 120 volt. G. Air Cleaners Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit and ash. 16-4 • Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase H. Governor System An electronic governor providing not more than three percent regulation from no load to full load shall control engine speed. A cool down period of 5-10 minutes shall be provided with the engine after termination of load, running at manufacturer's recommended speed for cool down. Provide overspeed trip. I. Lubrication Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings and valve rocker mechanism. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled and provisions for draining oil by piping or other means to the outside of engine housing. J. Trailer The engine/generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall be rated at 200% of the weight of all installed components plus all fluids, with a 300% impact factor on the wheel and axle assembly. The towing eye shall be rated for 500% of the weight of the completed unit with a vertical weight rating of 60% of completed unit weight. The trailer shall have triple axles with electronic brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality,designed for the trailer rating shown above. Tires shall be transport type, mounted on steel wheels with chrome wheel covers. Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. The trailer shall have the following accessories: • Adjustable lunette hitch • Front retractable dead stand • Rear license plate holder • Fenders, bumpers with recessed lights, hub caps • Two safety chains with grab hooks • Break-a-way switch with charger 16-5 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • ICC safety equipment (reflectors, Stop/turn/tail/license lights) • Cable storage box with hinged lockable lid • Spare wheel, tire and carrier • Double rear load leveling jacks • Exterior flood light (switched) and rotating emergency beacon (24-volt DC) • Control panel light (backlight and flood light) (24-volt DC) The enclosure shall have the following accessories: • Exhaust silencer mounting brackets • Oil,water and fuel drains outside the housing • Fuel filler with locking cap K. Sound-Attenuated Enclosure The engine/generator system shall be provided with an exterior rated, sound-attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. The enclosure shall comply with the NEC and NFPA for interior clearance of all components, and ICC rules and regulations for road-legal towing trailers. The enclosure shall be formed steel designed to withstand all wind and towing loads without deformation. All access doors shall be lockable "D" ring twist latches and equipped with intrusion alarm switches. All lockable compartments and doors shall be keyed alike. A key switch located on the outside of the enclosure shall allow the owner to defeat the intrusion alarm system. The key switch cylinder shall be keyed for a Renton Standard (RW-3) key(Best Lock Company 7-pin core). The housing shall be factory installed and allow easy access to the engine-generator and the control panel. Enclosure doors shall not be wider than 36" each to allow for convenient access to the enclosure interior. Side and end panels shall have louvered doors to allow access to the interior equipment and shall allow removal and replacement of all serviceable items without removing the enclosure. The entire enclosure and skid assembly shall be treated with an electro-deposition primer process prior to finish painting for maximum durability. The set shall be equipped with adequate lifting eyes. The sound attenuated enclosure shall provide a sound level at full load no greater than 90 dB(A). This sound level will represent the average measurement taken at eight points located equidistant, 23 feet from the set at full load. L. Exhaust System Muffler shall be rated as necessary to comply with the noise emission requirements listed under the sound-attenuated enclosure and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. Muffler shall be entirely mounted within sound-attenuated enclosure. 16-6 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. The tail pipe shall extend to the plane of the trailer bumper but not beyond. A rain skirt or other weather protective device shall be mounted over the roof penetration. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association,Volume 4, Section 211 and shall comply with recommendation for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support exhaust systems so no weight or stress is applied to engine exhaust manifold or turbocharger. M. Fuel System General Engine shall operate on a commercial grade of distilled No. 2 Domestic burner oil. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam- driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection, shall be same length for all cylinders. Equip fuel system with racor-type, water-removing fuel filter having replaceable elements which may be easily removed from their housing for replacing, without breaking, any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. The tank shall be especially constructed for mounting in this location by the engine and during installation and transport. The tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be hydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines and a drain line routed through the steel base plate. Slope tank to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. Provide a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture. Provide fuel feed line valved at engine. Provide fuel return line shall that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel 16-7 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase lines shall have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. Fill fuel storage tank at completion of project. N. Torsional Vibration Design, construct and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and the manufacturer shall provide proof of torsional acceptability. O. Control Panel and Alarm System The Engine control panel shall be integrally mounted to engine generator assembly on the curbside of the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. The control shall have automatic remote start capability from a panel-mounted three-position (Stop,Run,Remote) switch. The generator set shall be provided with alarm and status indicating lamps to indicate non- automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright sunshine conditions. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: Alarms • Low oil pressure warning • Oil pressure sender failure • Low coolant temperature • High coolant temperature warning • Low coolant level • Engine temperature sender failure • Low DC voltage • High DC voltage • Weak battery • Low fuel warning • Over load • Enclosure intrusion (activated if enclosure doors are open un-authorized) Shutdown Alarms 16-8 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • Low oil pressure • Low-Low Fuel • High coolant temperature • Fail to crank • Overcrank • Overspeed • High AC voltage • Low AC voltage • Under frequency • Over current • Short circuit • Emergency stop Engine control panel shall be integrally mounted to engine generator assembly and shall include the following: 1. Oil pressure gauge (psi) 2. Coolant temperature gauge ( F) 3. Operating hour meter (hrs) 4. Hand-off Auto Selector switch (H-O-A) 5. AC Frequency meter (hertz) 6. AC Volt meter(0-600v) 7. AC Current Meter(Amps) 8. Load Meter Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. P. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: • Low fuel • Generator run • Generator failure (shutdown) • Generator trouble 16-9 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Generator failure alarm shall be activated when any shutdown condition exists. Generator trouble shall be activated when any alarm condition exists. The auxiliary dry contacts shall be wired to a receptacle located in the Auxiliary Power and Control Panel. See Power and Telemetry Entrance enclosure for details. Q. Telemetry Cable Provide a 100-foot SO cable with a Crouse Hind plug on each end for connection to the engine generator and the telemetry panel at the pump stations. Others will complete work at the pump station telemetry panels. The SO cable shall be Beldon 9422 or equal. The plug on each end of the cable shall be Crouse-Hinds Arkmate Part No. P12PS04N1S2OF or equal. The plug must be compatible with the panel mount receptacle proposed in the cable entrance enclosure. Store cable in the cable box after test verification. R. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosure shall be of manufacturer's standard color. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. S. Generator Generator shall be a revolving field, 4-pole brush less connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. Generator shall meet the following requirements: • Standby rating- 500 kilowatt • Voltage - 480/277 volts • Phase - 3 phase • Frequency - 60 Hertz • Insulation- Class H • Wiring- 12 lead reconnectable • Ambient Air Temperature - 125 degrees F (max , -20 degrees F (min) Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degree F ambient temperature. Generator shall have a three-phase, full wave rectified exciter and be suitable for starting as listed in the Rating section of these specifications. Output waveform deviation shall be less than 0.6 line-to-line and less than 0.6 line-to-neutral per NEVIA MG1-22.42. Telephone influence factor shall be less than 50 per NEMA MB1-22.43. T. Voltage Regulator 16-10 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Engine-generator unit shall have a steady state voltage regulator. Transient voltage dip shall not exceed 15 percent of rated voltage with a sudden application of rated load. Recovery of rated steady state conditions shall occur within two seconds following the load change. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. U. Switch Gear Provide generator switchgear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set, mounted and wired, LJL listed, molded case thermal-magnetic type, rated 800 amps. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator over current protection. The circuit breaker outputs shall be wired to Main output terminals equipped with double lugs per phase for connection of 4/0 power cable. The main output lugs shall be mounted curbside. V. 120 Volt Convenience Outlet Provide generator with a duplex, 20 amp rated convenience outlet for use by the City when the generator is in operation. Provide circuit breakers, transformer, conduit and wiring to provide the convenience outlet. W. Power and Telemetry Entrance Enclosure Provide generator with one cable entrance box for termination of generator auxiliary power and telemetry wiring to plugs and receptacles as indicated this section. The cable entrance box shall include the following: • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the battery charger. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the engine block heater. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 7-amp, 480/250 AC/DC, 7-socket, 7-wire grounded panel mounted receptacle wired to the alarm outputs from the generator control panel. The receptacle shall be a Crouse-Hinds Arkmate Part No.R12SS0RN2X1 or equal. Socket Assignment Socket 1 - Common Socket 2 - Low Fuel Socket 3 - Ground Socket 4 - Generator Failure Socket 5 - Generator Trouble 16-11 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Socket 6 - Generator Run Socket 7 - Spare Socket 8 - Spare Socket 9 - Spare Socket 10- Spare Mount the entrance enclosure on the curbside of the engine generator. The enclosure shall be a NEMA 12. The entrance enclosure shall be located within the shell of the outside weather enclosure. The entrance enclosure shall be designed and installed to allow all the cords to be connected with the enclosure doors closed and locked. X. Special Tools and Requirements A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. Include a hydrometer and two-pronged battery voltmeter. Store in the cable box. All holes where wiring passes through the body or frame shall have rubber grommet to prevent wiring from chaffing. Y. Warning Signs Provide generator with warning signs as follows: • Size of Sign: As required to fit all lettering as specified with a 1" continuous blank border around the perimeter of the sign. • Color of Sign: Red • Sign Material: Fiberglass • Color of Lettering:White • Lettering Size and Style: 2" high block for warning text, 1" high block for other text Text for Sign No. 1 WARNING OSHA APPROVED EAR PROTECTION IS REQUIRED WITHIN 30 FEET OF THIS UNIT WHILE RUNNING Text for Sign No. 2 WARNING HIGH VOLTAGE - KEEP OUT AUTHORIZED PERSONNEL ONLY 16-12 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase One sign of each type shall be mounted to the front and back of the generator enclosure in a location that is readable while the enclosure doors are in the closed position. Each sign shall be attached to the generator set enclosure with adhesive approved for application. Provide a minimum of one '/a" stainless steel bolt in each corner of the sign. Provide each screw with a lock washer and bolt for secure attachment to enclosure. Z. Spare Parts The following spare parts shall be furnished: • Three (3) sets fuel filter elements and gaskets • Three (3) lubricating oil filter elements and gaskets • Three (3) air cleaner filter elements • Three (3) complete sets of V-belts including fan and alternator drive belts AA. Equipment Operating Manuals Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. BB. Delivery The supplier shall deliver the generator set to the field-testing site within the City of Renton. After the field-testing is complete and accepted, the generator set shall be delivered to the City of Renton shops located at 3555 NE Second Street. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated and certify to Owner its performance does meet the specifications. The fuel tank shall be delivered to the City shops completely full of fuel. CC. Factory Test Engine generator unit shall be tested at manufacturer's plant before shipment. Test shall consist of a steady load run of at least four hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. DD.Field Test Upon completion of unit installation carry out running tests. Operate engine for a period of not less than three hours at 100 percent load, in which five starts of the engine 16-13 Winter 2001 City of Renton ' Division 16 - Electrical Portable Engine Generator Purchase generator set shall be made and power supplied to motor(s) and pump(s). Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, a qualified representative of the engine manufacturer shall make final adjustments to equipment. Fuel and oil filters shall be replaced, belt drive tensions checked and the proper operation of all equipment demonstrated to Owner's representative. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. EE. Training Provide instruction to Owner's personnel on training in operation and maintenance of equipment of a four hour period. FF. Warranty The complete trailer mounted engine generator set including the engine, generator, controls, switchgear, trailer, fuel tank, sound attenuating enclosure and accessories, as provided by the single — source manufacturer, shall be warranted by the supplier against defects in materials and workmanship for a period of two years or 1500 hours of engine operation, whichever occurs first from the date of system start-up. Said coverage shall include parts, labor,travel expenses, and labor to remove/reinstall said equipment, per the manufacturer's standard published limited warranty. There shall be no deductibles applied to said warranty. 16-14 Division 18 Measurement and Payment 18.1 Payment It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications. Work and material not specifically listed in the proposal, but required according to the specifications and general practice, shall be included in Supplier's bid price. A single payment will be made upon completion of delivery and successful field testing of the Apparatus. 18.2 Bid Item No. 1 - Portable Engine Generator Tested and Delivered to Site Lump sum price covers complete cost of furnishing, testing, delivering, providing training for, and warranting a trailer mounted engine generator set with fuel tank and sound attenuating enclosure as specified within this document. Payment shall be lump sum. 18-1 Y o City of ' RENTON NT PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET Bid Proposal, Purchase Agreement, and Specifications — Volume 1 of 1 � L• ASATTf pgWASfjI�L� 0 •,� 22780 RFGISTF0 � /09/01 SSI�NALE� EXPIRES 3/19/2002 Winter 2001 Prepared by: RH2 Engineering,Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET PURCHASE AGREEMENT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders Call for Bids Bidder's Responsibility Statement *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims *Bid Bond Form *Proposal *Schedule of Prices *Supplemental Information as Specified in Section 1.5, Bid Package Requirements, of the Specifications **Bond to the City of Renton **Purchase Agreement **City of Renton Fair Practices Policy Affidavit of Compliance Specifications Documents marked as follows must be submitted at the time noted and must be executed by the Supplier President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute purchase agreements / contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid **Submit with Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 RESOLUTION NO. 3229 EXIMIT`A' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability,disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City.of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, goveming civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, imcludirg bid calls,and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: yor Council President Attest: 21 City Clerl 3 CITY OF RENTON SUMMARY OF'AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DI ABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy.will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) !Q NTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton. Washington. this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor �` Council President "'Test: City Clerk CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET Project No. WTR-27-2880 SCOPE OF WORK The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier is encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel engine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure; and telemetry system monitoring. Testing: The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery- The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. Page 1 of I INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, 7`h Floor of Renton City Hall, 1055 S. Grady Way, Renton, WA 98055, until 2:30 p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Purchase specifications may be examined and copies obtained at the Public Works Department Office. 3. The bid price must include providing all items and the performance of all work necessary to provide, test, deliver and warrant the trailer mounted engine generator set as described in the specifications. 4. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 5. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 6. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a purchase agreement and furnishes a satisfactory performance bond covering the full amount of the purchase within ten days after receipt of notice of intention to award purchase agreement. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 7. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 8. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily test, deliver and warrant the apparatus. 9. Payment for this purchase will be made in a Cash Warrant. 10. The purchase agreement will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. INSTRUCTIONS TO BIDDERS - 1 11. Selection of Alternative Buyer-Selected Material / Equipment The City will consider all aspects of quality, performance, and conformance with the specifications as well as price in selecting alternative materials / equipment. The City reserves the right, before the contract is executed, to select for installation any manufacturer's material / equipment listed, regardless of price, as will best suit the interests of the City and the purchase agreement amount will be adjusted accordingly. 12. Employment of Resident Employees The Supplier and sub-suppliers shall employ Washington State residents in accordance with the requirements of RCW 39.16. 13. Completion time. The Supplier shall be required to have the apparatus tested and delivered within 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. INSTRUCTIONS TO BIDDERS - 2 CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET CALL FOR BIDS Sealed bids will be received until 2:30 p.m., February 13, 2001 at the City Clerk's office, 7' Floor, Renton City Hall, and will be opened and publicly read in conference room # 511, 51h Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055. The apparatus to be supplied, tested and delivered within ninety (90) calendar days from the date of commencement under this purchase agreement shall include, but not be limited to: The work involved under the terms of this purchase agreement shall comprise of supplying, delivering, and testing of a new 500 kilowatt trailer mounted diesel engine generator set. All work shall be performed to result in an operational system that meets the intent on the purchase agreement specifications. The supplier is encouraged to inquire about purchase agreement intent, when the scope of work or performance of the finished product is in question. The work generally consists of the following: Product: The product delivered to the City shall be a trailer mounted diesel engine generator set with custom feature including, but not limited to, cable entrance enclosure, battery charger, engine block heater, critical-grade exhaust silencer muffler, weather protective sound-attenuation design enclosure, and telemetry system monitoring. Testing: The engine generator set delivered to the City shall be factory and field tested before final acceptance of the product. Delivery: The engine generator set shall be delivered to the City shops after successful completion of the field test as specified in the purchase agreement documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Project award is subject to available funding. Specifications and form of purchase agreement documents may be purchased from the Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non-refundable fee of $10.00 ($9.21 plus $0.79 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing charge is also non-refundable. No telephone orders will be accepted. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. No bids will be accepted after the time and date shown above. If a bidder has any questions regarding this call for bids or the plans holders list, please contact the City of Renton Department of Planning/Building/Public Works, Customer Service, 1055 South Grady Way, 6th floor at 425-430-7200. Staff contact for project technical questions,is J.D. Wilson, 425-430-7295 (j wilson(&ci.renton.wa.us). Marilyn P ers , City Clerk Published: Daily Journal of Commerce January 16, 2001 January 30, 2001 CITY OF RENTON Trailer Mounted 500 KW Engine Generator Set Project No. WTR-27-2880 BIDDER'S RESPONSIBILTY STATEMENT It is the responsibility of each bidder to ascertain if all of the documents listed on the enclosed Purchase Agreement Document Table of Contents are included in their copy of the bid documents. If documents are missing, it is the responsibility of the bidder to contact the City of Renton and to obtain the missing documents prior to bid opening time. CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion and Anti-Trust (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. FOR: NON COLLUSION AFFIDAVIT AND ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Trailer Mounted 500 KW Engine Generator Set Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of , 2001. Notary Public in and for the State of Washington Notary (Print) My appointment expires: BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Trailer Mounted 500 KW Engine Generator Set according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 2001. Principal Surety Received return of deposit in the sum of$ CITY OF RENTON TRAILER MOUNTED 500 KW ENGINE GENERATOR SET (PROJECT NO. WTR-27-2880) PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has read and thoroughly understands the specifications and purchase agreement governing the work embraced in this purchase, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this purchase, in accordance with the said specifications and purchase agreement and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: Signature: Address: Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at CITY OF RENTON PUBLIC WORKS DEPARTMENT Project Number WTR-27-2230 SCHEDULE OF PRICES Trailer Mounted 500 KW Engine Generator Set note: Unitprices for all items,all extentiau and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE TOTAL PRICE NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 I Provide one trailer mounted 500 KW engine Lump Sum generator set including factory and field testing and warranty per Lump Sum (words) (figures) (figures) Subtotal(Bid Items 1 through 1) $ 8.6%Sales Tax $ Total Bid amount(including Sales Tax) $ SCHEDULE OF PRICES- 1 of 1 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors / suppliers with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this day of 2001. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Purchase Agreement PAG-01-XXX providing for supplying, testing and delivery of Trailer Mounted 500 KW Engine Generator Set the principal is required to furnish a bond for the faithful performance of the purchase agreement; and WHEREAS, the principal has accepted, or is about to accept, the purchase agreement, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said purchase agreement in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the purchase agreement or from defects appearing or developing in the material or workmanship provided or performed under the purchase aggreement within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Principal Surety Signature Signature Title Title PURCHASE AGREEMENT This Agreement is between: Supplier at and Buyer City of Renton Water Utility at 1055 S. Grady Way, Renton, WA 1. The Supplier agrees to sell and the Buyer agrees to purchase the trailer mounted electrical generator set including factory and field testing, operator instruction and warranties (Apparatus) described in the Supplier's Proposal and Supplemental Information and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Supplier's Proposal / Supplemental Information and the Buyer's Specifications, the Buyer's specifications shall prevail. This purchase agreement consists of the following documents, all of which are component parts of said Agreement and as fully a part thereof as if herin set out in full, and if not attached, as if hereto attached: 1) This Agreement, 2) Instructions to Bidders, 3) Bid Proposal, 4) Specifications, 5)Bid, 6)Advertisement for Bids, and Addenda(if any). 2. The Supplier agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total ($ ) upon acceptance of a completed and executed Purchase Agreement at the offices of the Supplier. 3. The Apparatus shall be delivered F.O.B. at 3555 NE 2nd Street, Renton, Washington in no more than 90 calendar days after approval of all shop drawings and submittals as provided in the Buyer's Specifications. In the event the completed Apparatus cannot be delivered as specified herein, the Supplier agrees to pay the Buyer liquidated damages in the amount of four-tenths of one percent (0.004) of the bid price of the Apparatus for each work day the Apparatus is delayed. Both the Buyer and the Supplier agree that the above figure represents a reasonable amount for actual damages incurred by the Buyer and is compensatory. The Buyer shall deduct such penalties from the payment of the Supplier's invoice for the purchase. An extension of the delivery date may be authorized only by the Buyer. Saturdays, Sundays and officially recognized City, State and Federal holidays will not be considered normal work days. Also, the Supplier will not be held responsible for Force Majeure delays, provided the Buyer is notified in writing in a reasonably timely manner. 4. The Supplier hereby proposes to furnish the Buyer, subject to proper execution of this agreement by the Supplier and the Buyer, the Apparatus to be built in accordance with the Buyer's Specifications and the Supplier's Proposal for the total bid price of which includes local sales tax(8.6%). Unless otherwise specified, the Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax, the Buyer agrees to furnish the applicable exemption certificate to the Supplier and to hold the Supplier harmless from any damage which may result from the Supplier ultimately having any such tax assessed against it. Page I of 2 Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, which ever is less. 5. Supplier warrants of Apparatus comply with warranties/warranty services as outlined in Buyer Specifications. The Supplier included in the bid price a warranty of at least 24 months. Warranty covers 100% parts and labor for entire unit. 6. The parties to this Agreement designate Supplier Representative Title and Buyer Representative Jesse Tanner Title Mayor For communications and acceptance regarding this Agreement. 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Supplier has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Supplier until accepted in writing by an officer of the Supplier at its offices. When requested by the Supplier, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Supplier and the Buyer have caused this Agreement to be executed by their authorized representatives as of the date set forth by each. BUYER SUPPLIER City of Renton By By Name/Title Jesse Tanner, Mayor_ Name/Title Date Date: Attest: Marilyn Peterson, City Clerk Page 2 of 2 ,Sy a� CITY OF RENTON Off_ � FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of suppllier/contractor/subcontractor/consultant) 1. It is the policy of to offer equal (Name of supplier/contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. complies with all applicable (Name of supplier/contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. 11. When applicable, will seek out and (Name of supplier/contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Instructions: This document MUST be completed by each supplier, contractor, subcontractor and consultant. Include or attach this document(s)with the contract. �ti`sY o� City Of ♦ - RENTON N� PURCHASE OF: TRAILER MOUNTED 500 KW GENERATOR SET • • specirlicatio s L.• As l 0g WASH1�,C CODP T r 110 R'6�GISTPvti�Gti� /09/01 SSIONALE 1`1 EXPIRES 3/19/2002 Winter 2001 Prepared by: RH2 Engineering,Inc 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 1-425-951-5400 1-509-886-2900 Table of Contents Division1 General........................................................................................................ 1-1 1.1 Summary of Work............................................................................................. 1-1 1.2 Specifications .................................................................................................... 1-1 1.3 Submittal and Shop Drawings............................................................................ 1-2 1.4 Substitutions ..................................................................................................... 1-3 1.5 Bid Package Requirements................................................................................. 1-4 Division 2 Sitework Not Used this Purchase Agreement.................................................2-1 Division 3 Concrete Not Used this Purchase Agreement ................................................3-1 Division 4 Masonry Not Used this Purchase Agreement.................................................4-1 Division 5 Metals Not Used this Purchase Agreement....................................................5-1 Division 6 Carpentry Not Used this Purchase Agreement...............................................6-1 Division 7 Thermal and Moisture Protection Not Used this Purchase Agreement............7-1 Division 8 Doors and Windows Not Used this Purchase Agreement............................... 8-1 Division 9 Finishes Not Used this Purchase Agreement..................................................9-1 Division 10 Specialties Not Used this Purchase Agreement........................................... 10-1 Division 11 Equipment Not Used this Purchase Agreement ......................................... 11-1 Division 12 Furnishings Not Used this Purchase Agreement......................................... 12-1 Division 13 Special Construction Not Used this Purchase Agreement ........................... 13-1 Division 14 Conveying Systems Not Used this Purchase Agreement ............................. 14-1 Division 15 Mechanical Not Used this Purchase Agreement ......................................... 15-1 Division 16 Electrical.................................................................................................. 16-1 16.1 General....................................................................................................... 16-1 16.2 Identification of Listed Products .................................................................. 16-1 16.3 Submittals ................................................................................................... 16-1 16.4 Codes and Standards.................................................................................... 16-2 16.5 Circuit Breakers........................................................................................... 16-2 16.6 Portable Standby Diesel Engine Generator System........................................ 16-2 A. General....................................................................................................... 16-2 B. Acceptable Manufacturers............................................................................ 16-3 C. Rating......................................................................................................... 16-3 D. Electric Starting System ............................................................................... 16-3 E. Battery Charger ........................................................................................... 16-4 i F. Cooling System......................... G. Air Cleaners................................................................................................. 16-4 H. Governor System......................................................................................... 16-5 I. Lubrication ..................................................................................................... 16-5 J. Trailer......................................................................................................... 16-5 K. Sound-Attenuated Enclosure........................................................................ 16-6 L. Exhaust System........................................................................................... 16-6 M. Fuel System................................................................................................. 16-7 N. Torsional Vibration ..................................................................................... 16-8 O. Control Panel and Alarm System.................................................................. 16-8 P. Alarm Contacts to Telemetry....................................................................... 16-9 Q. Telemetry Cable......................................................................................... 16-10 RFinishes..................................................................................................... 16-10 S. Generator.................................................................................................. 16-10 T. Voltage Regulator...................................................................................... 16-10 U. Switch Gear............................................................................................... 16-11 V. 120 Volt Convenience Outlet..................................................................... 16-11 W. Power and Telemetry Entrance Enclosure .................................................. 16-11 X. Special Tools and Requirements................................................................. 16-12 Y. Warning Signs ........................................................................................... 16-12 Z. Spare Parts ................................................................................................ 16-13 AA. Equipment Operating Manuals................................................................... 16-13 BB. Delivery.................................................................................................... 16-13 CC. Factory Test.............................................................................................. 16-13 DD. Field Test.................................................................................................. 16-13 EE. Training.................................................................................................... 16-14 FF. Warranty................................................................................................... 16-14 Division 17 Automatic Control Not Used this Purchase Agreement.............................. 17-1 Division 18 Measurement and Payment ....................................................................... 18-1 18.1 Payment...................................................................................................... 18-1 18.2 Bid Item No. 1 — Portable Engine Generator Tested and Delivered to Site..... 18-1 ii Division 1 General 1.1 Summary of Work Work incidental and necessary to completion of work described in these specification documents shall be completed under the bid items listed and no other compensation will be allowed. The WORK to be performed under this Purchase Agreement shall consist of providing all tools, equipment, materials, supplies and manufactured articles and providing all labor, transportation, and services, including fuel, power, and essential communications, and performing all work, or other operations required for the fulfillment of the Purchase Agreement in strict accordance with the Purchase Agreement Documents. The Work shall be complete, and all work,materials, and services not expressly indicated or called for in the Purchase Agreement Documents which may be necessary for the complete and proper operation of the Portable Engine Generator in good faith shall be provided by the SUPPLIER as though originally so indicated, at no increase in cost to the OWNER. The WORK of this Purchase Agreement is comprised of supplying, delivering, and testing of a new trailer mounted portable engine generator set with fuel tank and sound attenuating enclosure as specified herein. Other appurtenances are required to be provided with the delivered product as specified herein. 1.2 Specifications Work under this Purchase Agreement shall be performed in accordance these specifications and with applicable sections of the latest editions of: • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1-1 01/11/01 7:31 AM Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase 1.3 Submittal and Shop Drawings Shop drawing submittals are required for all items supplied or installed under this Purchase Agreement. Submit 5 copies of each submittal to: RH2 Engineering, Inc. 300 Simon Street., Suite 5 East Wenatchee,WA 98802 Attn:Mark Miller Submit one copy of each submittal to: City of Renton Water Utility 1055 S. Grady Way— 5th Floor Renton,WA 98055 Attn: J.D.Wilson Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the Purchase Agreement requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Supplier's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Supplier from responsibility for errors or omissions, or responsibility for consequences due to deviations from the Purchase Agreement documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8'/z" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Supplier and Applicable Subcontractor. 3. RH2 Engineering. 4. Owner's Name. 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Supplier has checked the equipment for conformance with the Purchase Agreement requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Supplier for re-submittal. The Engineer will review acceptable submittals as promptly as possible and transmitted to the Supplier not later than 10 working days after receipt. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of Purchase Agreement time or delay damages. Three sets of shop drawings 1-2 Winter 2001 City of Renton Division 1 - General Portable Engine Generator Purchase will be returned to the Supplier after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of Purchase Agreement exceptions. 8. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for running and starting a load under specified conditions. Calculations shall be included as part of the documentation. 9. Warranty information. 10. See Section 16-2 for addition information required in the submittal. By approving and submitting shop drawings and samples, the Supplier warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data and have checked and coordinated each shop drawing with the requirements of the work and of the Purchase Agreement documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Supplier shall pay additional reviews by withholding the appropriate amounts from each payment estimate. The Supplier is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. 1.4 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. Within 10 days after the date of the Purchase Agreement,the Owner shall consider formal requests from the Supplier for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. 1-3 Winter 2001 City of Renton Division 1 -General Portable Engine Generator Purchase In making a request for a substitution, the Supplier represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Supplier shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Supplier waives all claims for additional costs related to substitutions. 1.5 Bid Package Requirements In addition to bid quotes for a new trailer mounted portable engine generator set specified herein, bidders will be required to furnish the following information: 1. Dimensional drawings showing outline dimensions, lengths, overall sizes, and weights of the engine generator set and all the appurtenances to be provided. 2. Documentation that provides verification that the engine generator set to be provided meets the operation requirements listed in Division 16 for ruining and starting a load under specified conditions. Calculations shall be included as part of the documentation. 3. A complete list of all accessories to be provided with the trailer mounted portable engine generator set including cataloged information for each item on the list. 4. Description of parts and service availability. 5. Delivery time in days from approval of shop drawings. 6. A list of five contacts in the Puget Sound Area within the past five years that have purchased an engine generator set from your company that is similar to the size and features specified herein. The list shall include a contact name, location of the installation, and a phone number for contacting that person. 7. Detailed information on the warranty. 1-4 Division 2 Sitework Not Used this Purchase Agreement 2-1 Division 3 Concrete Not Used this Purchase Agreement 3-1 Division 4 Masonry Not Used this Purchase Agreement 4-1 Division 5 Metals Not Used this Purchase Agreement 5-1 Division 6 Carpentry Not Used this Purchase Agreement 6-1 Division 7 Thermal and Moisture Protection Not Used this Purchase Agreement 7-1 Division 8 Doors and Windows Not Used this Purchase Agreement 8-1 Division 9 Finishes Not Used this Purchase Agreement 9-1 Division 10 Specialties Not Used this Purchase Agreement 10-1 Division 11 Equipment Not Used this Purchase Agreement 11-1 Division 12 Furnishings Not Used this Purchase Agreement 12-1 Division 13 Special Construction Not Used this Purchase Agreement 13-1 Division 14 Conveying Systems Not Used this Purchase Agreement 14-1 Division 15 Mechanical Not Used this Purchase Agreement 15-1 Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. 16.2 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original Purchase Agreement price. 16.3 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals'sections of these specifications. The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. 2. Drawing of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: • Engine make • Number of cylinders • Bore (in inches) • Stroke (in inches) • Generator make and type • Generator electrical rating,kva • Cubic inch displacement • Fuel oil consumption • Exciter and type 16-1 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • Horsepower at rated load • Enclosure size, exterior dimensions. 16.4 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All products shall be UL labeled. 16.5 Circuit Breakers Molded case circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes and individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions.All ratings are to be clearly visible. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated in this document. Circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.6 Portable Standby Diesel Engine Generator System A. General Provide one self-contained, exterior rated, trailer-mounted, standby engine generator system to operate the load criteria listed in the rating section of these specifications below during prime power failure conditions. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. The diesel engine will be operated between the approximate elevations of 0-500 feet above sea level and shall meet all performance requirements specified herein when installed at that altitude. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial products with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product, which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs or brochures and represents the latest production model. Insulate, enclose or guard exposed parts subject to high-operating temperatures or 16-2 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase energized electrically, any moving parts, which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. B. Acceptable Manufacturers Subject to compliance with these specifications, the following manufacturer's are approved for bidding: 1. Cummins/Onan 2. Caterpillar 3. Pacific Detroit/Kohler 4. Mitsubishi/Generac 5. Mitsubishi/Simpson Power Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. C. Rating Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump,jacket water pump and governor charging generator. Engine- generator power output rating is estimated for bidding purposes at 500 kilowatt (standby rating) at a speed not exceeding 1,800 rpm. Bidders evaluation of rating shall be included in the submittal package. Engine generator set sizing shall meet the following criteria: • Continuously operate two — 200 horsepower (Code G) vertical turbine pump motors, and one - 50 KVA lighting load. • Start and operate a 200 horsepower (Code G) vertical turbine pump motor with less that a 15%voltage drop using a solid state reduced voltage starter. The engine generator will be operated outdoors. The engine generator set shall be sized to overcome any loss of power due to excessive backpressure caused by a critical silencing exhaust muffler that Rill be required to meet the maximum noise level allowable as specified elsewhere in this document. D. Electric Starting System Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed, which will allow for full diesel start of the engine. Arrange starting 16-3 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase pinion to disengage automatically when diesel engine starts. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 90 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be PaClly removable without disassembly of engine components. Batteries shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. E. Battery Charger A UL listed/CSA certified 10-amp voltage regulated battery charger shall be provided for each engine-generator set. The charger shall be located on the engine generator within the weather protective enclosure at a location recommended by the manufacturer. Input AC voltage shall be 120 volt and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalizer charge settings. Operational monitors shall provide visual output along with individual form C contacts rated at 4 amps, 120 VAC, 30 VDC for remote indication of: •Loss of AC power—red light •Low battery voltage — red light •High battery voltage— red light •Power ON— green light (no relay contact) Analog DC voltmeter and ammeter, 12 hour equalize charger timer, AC and DC fuses shall be provided on the charger. F. Cooling System Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 122 degrees F ambient temperature. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of minus 20 degrees Fahrenheit. Provide engine mounted, thermostatically controlled water jacket heater(s) for the engine. The heater(s) shall be sized as recommended by the equipment supplier. The heater voltage shall be single phase, 120 volt. G. Air Cleaners Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit and ash. 16-4 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase H. Governor System An electronic governor providing not more than three percent regulation from no load to full load shall control engine speed. A cool down period of 5-10 minutes shall be provided with the engine after termination of load, running at manufacturer's recommended speed for cool down. Provide overspeed trip. I. Lubrication Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings and valve rocker mechanism. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled and provisions for draining oil by piping or other means to the outside of engine housing. J. Trailer The engine/generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall be rated at 200% of the weight of all installed components plus all fluids, with a 300% impact factor on the wheel and axle assembly. The towing eye shall be rated for 500% of the weight of the completed unit with a vertical weight rating of 60% of completed unit weight. The trailer shall have triple axles with electronic brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality,designed for the trailer rating shown above. Tires shall be transport type, mounted on steel wheels with chrome wheel covers. Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. The trailer shall have the following accessories: • Adjustable lunette hitch • Front retractable dead stand • Rear license plate holder • Fenders, bumpers with recessed lights, hub caps • Two safety chains with grab hooks • Break-a-way switch with charger 16-5 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • ICC safety equipment (reflectors, Stop/turn/tail/license lights) • Cable storage box with hinged lockable lid • Spare wheel,tire and carrier • Double rear load leveling jacks • Exterior flood light (switched) and rotating emergency beacon (24-volt DC) • Control panel light (backlight and flood light) (24-volt DC) The enclosure shall have the following accessories: • Exhaust silencer mounting brackets • Oil,water and fuel drains outside the housing • Fuel filler with locking cap K. Sound-Attenuated Enclosure The engine/generator system shall be provided with an exterior rated, sound-attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. The enclosure shall comply with the NEC and NFPA for interior clearance of all components, and ICC rules and regulations for road-legal towing trailers. The enclosure shall be formed steel designed to withstand all wind and towing loads without deformation. All access doors shall be lockable "D" ring twist latches and equipped with intrusion alarm switches. All lockable compartments and doors shall be keyed alike. A key switch located on the outside of the enclosure shall allow the owner to defeat the intrusion alarm system. The key switch cylinder shall be keyed for a Renton Standard (RW-3) key(Best Lock Company 7-pin core). The housing shall be factory installed and allow easy access to the engine-generator and the control panel. Enclosure doors shall not be wider than 36" each to allow for convenient access to the enclosure interior. Side and end panels shall have louvered doors to allow access to the interior equipment and shall allow removal and replacement of all serviceable items without removing the enclosure. The entire enclosure and skid assembly shall be treated with an electro-deposition primer process prior to finish painting for maximum durability. The set shall be equipped with adequate lifting eyes. The sound attenuated enclosure shall provide a sound level at full load no greater than 90 dB(A). This sound level will represent the average measurement taken at eight points located equidistant, 23 feet from the set at full load. L. Exhaust System Muffler shall be rated as necessary to comply with the noise emission requirements listed under the sound-attenuated enclosure and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. Muffler shall be entirely mounted within sound-attenuated enclosure. 16-6 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. The tail pipe shall extend to the plane of the trailer bumper but not beyond. A rain skirt or other weather protective device shall be mounted over the roof penetration. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211 and shall comply with recommendation for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support exhaust systems so no weight or stress is applied to engine exhaust manifold or turbocharger. M. Fuel System General Engine shall operate on a commercial grade of distilled No. 2 Domestic burner oil. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam- driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection, shall be same length for all cylinders. Equip fuel system with racor-type, water-removing fuel filter having replaceable elements which may be easily removed from their housing for replacing, without breaking, any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. The tank shall be especially constructed for mounting in this location by the engine and during installation and transport. The tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be hydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines and a drain line routed through the steel base plate. Slope tank to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. Provide a secondary fuel containment enclosure underneath the fuel tank sized to contain a full tank rupture. Provide fuel feed line valved at engine. Provide fuel return line shall that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel 16-7 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase lines shall have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. Fill fuel storage tank at completion of project. N. Torsional Vibration Design, construct and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and the manufacturer shall provide proof of torsional acceptability. O. Control Panel and Alarm System The Engine control panel shall be integrally mounted to engine generator assembly on the curbside of the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. The control shall have automatic remote start capability from a panel-mounted three-position (Stop,Run,Remote) switch. The generator set shall be provided with alarm and status indicating lamps to indicate non- automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright sunshine conditions. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: Alarms • Low oil pressure warning • Oil pressure sender failure • Low coolant temperature • High coolant temperature warning • Low coolant level • Engine temperature sender failure • Low DC voltage • High DC voltage • Weak battery • Low fuel warning • Over load • Enclosure intrusion (activated if enclosure doors are open un-authorized) Shutdown Alarms 16-8 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase • Low oil pressure • Low-Low Fuel • High coolant temperature • Fail to crank • Overcrank • Overspeed • High AC voltage • Low AC voltage • Under frequency • Over current • Short circuit • Emergency stop Engine control panel shall be integrally mounted to engine generator assembly and shall include the following: 1. Oil pressure gauge (psi) 2. Coolant temperature gauge (°F) 3. Operating hour meter(hrs) 4. Hand-off Auto Selector switch (H-O-A) 5. AC Frequency meter(hertz) 6. AC Volt meter(0-600v) 7. AC Current Meter(Amps) S. Load Meter(kW) Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. P. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: • Low fuel • Generator run • Generator failure (shutdown) • Generator trouble 16-9 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Generator failure alarm shall be activated when any shutdown condition exists. Generator trouble shall be activated when any alarm condition exists. The auxiliary dry contacts shall be wired to a receptacle located in the Auxiliary Power and Control Panel. See Power and Telemetry Entrance enclosure for details. Q. Telemetry Cable Provide a 100-foot SO cable with a Crouse Hind plug on each end for connection to the engine generator and the telemetry panel at the pump stations. Others will complete work at the pump station telemetry panels. The SO cable shall be Beldon 9422 or equal. The plug on each end of the cable shall be Crouse-Hinds Arkmate Part No. P12PSO4N1S2OF or equal. The plug must be compatible with the panel mount receptacle proposed in the cable entrance enclosure. Store cable in the cable box after test verification. R. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosure shall be of manufacturer's standard color. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. S. Generator Generator shall be a revolving field, 4-pole brush less connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. Generator shall meet the following requirements: • Standby rating— 500 kilowatt • Voltage — 480/277 volts • Phase — 3 phase • Frequency - 60 Hertz • Insulation—Class H • Wiring— 12 lead reconnectable • Ambient Air Temperature— 125 degrees F (max , -20 degrees F (min Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degree F ambient temperature. Generator shall have a three-phase, full wave rectified exciter and be suitable for starting as listed in the Rating section of these specifications. Output waveform deviation shall be less than 0.6 line-to-line and less than 0.6 line-to-neutral per NEMA MG1-22.42. Telephone influence factor shall be less than 50 per NEMA MB1-22.43. T. Voltage Regulator 16-10 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Engine-generator unit shall have a steady state voltage regulator. Transient voltage dip shall not exceed 15 percent of rated voltage with a sudden application of rated load. Recovery of rated steady state conditions shall occur within two seconds following the load change. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. U. Switch Gear Provide generator switchgear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set, mounted and wired, UL listed, molded case thermal-magnetic type, rated 800 amps. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator over current protection. The circuit breaker outputs shall be wired to Main output terminals equipped with double lugs per phase for connection of 4/0 power cable. The main output lugs shall be mounted curbside. V. 120 Volt Convenience Outlet Provide generator with a duplex, 20 amp rated convenience outlet for use by the City when the generator is in operation. Provide circuit breakers, transformer, conduit and wiring to provide the convenience outlet. W. Power and Telemetry Entrance Enclosure Provide generator with one cable entrance box for termination of generator auxiliary power and telemetry wiring to plugs and receptacles as indicated this section. The cable entrance box shall include the following: • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the battery charger. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug and cord wired to the engine block heater. The plug and cord shall extend into the entrance box two feet for flexibility when connecting to an extension cord. • A 7-amp, 480/250 AC/DC, 7-socket, 7-wire grounded panel mounted receptacle wired to the alarm outputs from the generator control panel. The receptacle shall be a Crouse-Hinds Arkmate Part No.R12SS0RN2X1 or equal. Socket Assignment Socket 1 -Common Socket 2 - Low Fuel Socket 3 - Ground Socket 4 - Generator Failure Socket 5 - Generator Trouble 16-11 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase Socket 6 — Generator Run Socket 7 — Spare Socket 8 — Spare Socket 9 — Spare Socket 10 — Spare Mount the entrance enclosure on the curbside of the engine generator. The enclosure shall be a NEMA 12. The entrance enclosure shall be located within the shell of the outside weather enclosure. The entrance enclosure shall be designed and installed to allow all the cords to be connected with the enclosure doors closed and locked. X. Special Tools and Requirements A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. Include a hydrometer and two-pronged battery voltmeter. Store in the cable box. All holes where wiring passes through the body or frame shall have rubber grommet to prevent wiring from chaffing. Y. Warning Signs Provide generator with warning signs as follows: • Size of Sign: As required to fit all lettering as specified with a 1" continuous blank border around the perimeter of the sign. • Color of Sign: Red • Sign Material: Fiberglass • Color of Lettering:White • Lettering Size and Style: 2" high block for warning text, 1" high block for other text Text for Sign No. 1 WARNING OSHA APPROVED EAR PROTECTION IS REQUIRED WITHIN 30 FEET OF THIS UNIT WHILE RUNNING Text for Sign No. 2 WARNING HIGH VOLTAGE — KEEP OUT AUTHORIZED PERSONNEL ONLY 16-12 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase One sign of each type shall be mounted to the front and back of the generator enclosure in a location that is readable while the enclosure doors are in the closed position. Each sign shall be attached to the generator set enclosure with adhesive approved for application. Provide a minimum of one '/4" stainless steel bolt in each corner of the sign. Provide each screw with a lock washer and bolt for secure attachment to enclosure. Z. Spare Parts The following spare parts shall be furnished: • Three (3) sets fuel filter elements and gaskets • Three (3) lubricating oil filter elements and gaskets • Three (3) air cleaner filter elements • Three (3) complete sets of V-belts including fan and alternator drive belts AA. Equipment Operating Manuals Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. BB. Delivery The supplier shall deliver the generator set to the field-testing site within the City of Renton. After the field-testing is complete and accepted, the generator set shall be delivered to the City of Renton shops located at 3555 NE Second Street. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated and certify to Owner its performance does meet the specifications. The fuel tank shall be delivered to the City shops completely full of fuel. CC. Factory Test Engine generator unit shall be tested at manufacturer's plant before shipment. Test shall consist of a steady load run of at least four hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. DD.Field Test Upon completion of unit installation, carry out running tests. Operate engine for a period of not less than three hours at 100 percent load, in which five starts of the engine 16-13 Winter 2001 City of Renton Division 16 - Electrical Portable Engine Generator Purchase generator set shall be made and power supplied to motor(s) and pump(s). Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, a qualified representative of the engine manufacturer shall make final adjustments to equipment. Fuel and oil filters shall be replaced, belt drive tensions checked and the proper operation of all equipment demonstrated to Owner's representative. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. EE. Training Provide instruction to Owner's personnel on training in operation and maintenance of equipment of a four hour period. FF. Warranty The complete trailer mounted engine generator set including the engine, generator, controls, switchgear, trailer, fuel tank, sound attenuating enclosure and accessories, as provided by the single — source manufacturer, shall be warranted by the supplier against defects in materials and workmanship for a period of two years or 1500 hours of engine operation, whichever occurs first from the date of system start-up. Said coverage shall include parts, labor,travel expenses, and labor to remove/reinstall said equipment, per the manufacturer's standard published limited warranty. There shall be no deductibles applied to said warranty. 16-14 Winter 2001 City of Renton Division 17-Automatic Control Portable Engine Generator Purchase Division 17 Automatic Control Not Used this Purchase Agreement 16-1 Division 18 Measurement and Payment 18.1 Payment It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications. Work and material not specifically listed in the proposal, but required according to the specifications and general practice, shall be included in Supplier's bid price. A single payment will be made upon completion of delivery and successful field testing of the Apparatus. 18.2 Bid Item No. 1 - Portable Engine Generator Tested and Delivered to Site Lump sum price covers complete cost of furnishing, testing, delivering, providing training for, and warranting a trailer mounted engine generator set with fuel tank and sound attenuating enclosure as specified within this document. Payment shall be lump sum. 18-1 • i. CONTRACT CHECKLIST STAFF NAME & EXTENSION NUMBER: ill. WIL-5<20 )� q Z?5 DIVISION/DEPARTMENT: 1 L i y S Y 5 / C U CONTRACT NUMBER: TASK ORDER NUMBER (if applicable): �— CONTRACTOR: NG PURPOSE OFCONTRACT: _?aKKP6LFs GrsI,a�AIOff, So�l f0r- . � ' . 1N PTGh "�T1L�"[`t � S�13G1 f IC I Idr13�TlTS`I l�� J 1. LEGAL REVIEW ;(Attach letter from City Attorney) 2. RISK MANAGEMENT REVIEW FOR INSURANCE: (Attach letter] v. 3. RESPONSE TO LEGAL OR RISK MGMT CONCERNS: (Explain in writing how concerns have been met.) 01A 4. INSURANCE CERTIFICATE AND/OR POLICY (Attach original) v Y 5. CITY BUSINESS EN LICSE NUMBER x (Call Finance Dept) 6. ATTACHED CONTRACTS ARE SIGNED BY CONTRACTOR/CONSULTANT <.` (If not,provide explanation)` '� ' }'?t' t 7. FISCAL IMPACT ~t s A. AMOUNT BUDGETED: (LINE ITEM) (See 8.b)* ��Z� .000 SO 01 g,Ij960. 103+, 65,o5521 B. EXPENDITURE REQUIRED: '4i (� 8. COUNCIL APPROVAL REQUIRED: (Prepare Agenda Bill): N I A A. CONTRACT OR TASK ORDER IS $50,000 OR OVER: (Refer to Council committee for initial contract approval;place subsequent task orders on Council agenda for concurrence.) B. *FUND TRANSFER REQUIRED IF CONTRACT EXPENDITURE EXCEEDS AMOUNT BUDGETED. (Refer to Council committee.) C. SOLE SOURCE CONTRACTS. (Refer to Council committee over$10,000.) 9. DATE OF COUNCIL APPROVAL (if applicable): 0 /A 10. RESOLUTION NUMBER (If applicable): N /A 11. KEY WORDS FOR CITY CLERK'S INDEX: A. �M��Gr��Y ��h�Tr�t POI�i►� $1.� �-�sCT1LIc;dL � ��Is11Zi4T0�� B. N2 C. H:\WW60DOT\FORMS\CONTRACT\CKLIST.DOC\bh Rev:3/97 I1 y M110 CITY OF RENTON Office of the City Attorney Iesse Tanner,Mayor Lawrence J.Warren MEMORANDUM r To: Gregg Zimmerman From: Lawrence J. Warren, City Attorney Staff Contact: David Christensen Date: December 13, 1999 Subject: Utility Systems Division Annual Consultant Contract I have reviewed the above-referenced document and the same is approved as to legal form Lawrence J. Warren LJW:as. cc: Jay Covington A8:169. Post Office Box 626 - 100 S. 2nd Street - Renton, Washington 98057 - (425)255-8678 v f 704 228`h Avenue NE, PMB 373 Sammamish, WA 98074 (425) 898-8780 j ii G>-` i i e Fax: (425) 836-2865 October 26, 2000 City of Renton Attn: J.D. Wilson 1055 South Grady Way Renton, Washington 98055 Re: RH2 Engineering—Insurance confirmation and certificates Portable Generator Set for Water Utility Project# WTR-27-2880 Dear Mr. Wilson, I have completed the Insurance Information Form and the certificates of insurance as you requested in your Exhibit D. Two of the questions on the form were answered NO, the policy for R1-12 is written on a Business Owners form and it is not possible to add all of the traditional ISO coverage forms. The Business Owners form is written utilizing very broad language and incorporates many of the coverage features provided in the individual forms. Most of the wording of the CG0043 is incorporated into the General Liability coverage form that is on the policy. The CGL General Aggregate provided on a"per Project Basis" (CG2503) only applies to contractors, as a design professional, RH2 is not eligible for this coverage form but they do have the CG2504 which is the General Aggregate provided on a"per Location Basis". In addition, they also have a$2,000,000 Umbrella Policy which should be adequate to meet your requirements. If you have any questions please feel free to give me a call. Sincerely, Allen H. Fugitt, CPCU, ARM .i -.i ` i ISSUE DATE (MM/DDNY) CERTIFY'ATE OF 1NSURANC 10/26/2000 PRODuc THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Sammamish Insurance, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 704 2 2 8 th Ave NE, PMB 373 PouclEs BELow. _.. _. ... Sammamish, WA 98053 COMPANIES AFFORDING COVERAGE (425) 898-8780 F: (425) 836-2865 ...._... . ..._. _ ... ... COMPANY A CNA Insurance Co. LETTER __........_.................. _...._..-............... ......._.................... .... ....................-.........._._.. .........__..... ..........................................._........._.._..............-............__............. ................_......'`. LETTER COMPANY B CNA Insurance Co. INSURED RH2 Engineering, Inc. COMPANY C 12100 NE 195th St. , #100 .. _.._..... ......... ... ..... _ . .. Bothell, WA 98011 COMPANY D ..._.... _ .......... COMPANY E LETTER n..n....c..�.:....0............._...........-................._.............._............................_............._.........................._......_....................._....._.......... _.........._...................._.................................._............... .: 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. _.. ._..... _. ....._. -........___. -..... _. _.... __.... _. .............__.. ...... ..... CO : TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR: DATE (MM/DDlNY) DATE(MMIDDNY) ............................................................. ............................................. -......GENERAL AGGREGATE _._.....s. 2., 000 000 ..... ................. pj.GENERAL LIABILITY ..... ......:.... ... �..........., ....X COMMERCIAL GENERAL LIABILITY ' 1155478794 ..........-._.._...... ... PRODUCTS-COMP/OP AGG. s 2, 000,000 CLAIMS MADE X !OCCUR. : 0 8/16/9 8 0 8/ 16/ 01 PERSONAL 8 ADV.INJURY $ 1,000,000 . :.. ... ..... .... OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE S 1, 000, 000 _...... Any one fire) s 50,000 F X. Stop...Gap... ..... ......... IRE DAMAG.................................................................. E( MED.EXPENSE(Any one person) $ 5, 000 ......... .......... .. ....... _..... -........... _.... _. _.._.... ....__?... ...._...._ _.. _.._-.-.._.. ......._ .-. _......... _._. ....... AUTOMOBILE LIABILITY :COMBINED SINGLE LIMIT 1, 000,000 A: ANY AUTO 115478794 _ .;s.._ __...__...... ALL OWNED AUTOS iO 8/16/9 8 : 0 8/ 16/ 0 1 BODILY INJURY (Per person) SCHEDULED AUTOS ,_. _._.-___ ... .... ....... ...... X HIRED AUTOS BODILY INJURY r accident) `Pe ......... ._ X :NON-OWNED AUTOS a GARAGE LIABILITY OF R�NTQN :PROPERTY DAMAGE �$ .EXCESS LIABILITY �}TIUT ! EACH OCCURRENCE $ 2, 000, 000 ................._.........-.._.......-._.....:._....................._._.......... A X :UMBRELLA FORM 1 I S478794 0 8/16/9 8 - 0 6/ 16/ 01 AGGREGATE s 2, 000, 0 0 C OTHER THAN UMBRELLA FORM .... ........ ......... .......... .._........ ..._... .......... ...._... ........ .......... ...._. ......... ...... .. ...... .......... ......_ ... .... ..__._.... STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENTS AND :.....e...._.._.............. ..T.....__....>......_..._..._..._-_.__..._.. DISEASE-POLICY LIMIT �$ EMPLOYERS'LIABILITY ....... .__........................._. . ... ..._.. .-. .. DISEASE-EACH EMPLOYEE $ ......;.............._..._..........._-_........._..._............_............_....__..._...................._...................-................_.............:......._.........._........... _._._.....-......_............ .._....._.._..........................._......... OTHER B::.Professional AEN 4312321 05/29/99 05/29/ 01 Each Claim 2, 000,OOC. Liability Aggregate 2, 000, 00C ........ _....... .. _. .......... ....... ......... .............. ... ._.. _... ...:.._ _....... ......:. .......... ......_. ....... ...... DESCRIPTION OF OPE"MONSILOCATIONSNEHICUMSPECIAL ITEMS TThe City of Renton, and its officials, agents, employees and volunteers are added as additional insureds as respects work done by the named insured. Project WTR-27-2880 Portable Generator Set for Water Utilit . G�ICA IE woLDERc.�ELaTtoN - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL i9 MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Renton LEFT, Attn: J.D. Wilson 1055 South Grady Way x1AUTHORCEED REPRESENTATIVE Renton WA 98055 I AGORD>25r3 (7/9D) .®AGORD CORPORATION. 1990: FROM : RH2 ENGINEERING PHONE NO. : 4253982774 Oct. 25 2000 04:21PN P5 t CITY OF RENTON INSURANCE INFORMATION FORM FOR: Portable Generator Set for Water CJtility PROJECT NUMBER:WTR-27-2880 STAFF CONTACT: J.D. Wilson Certificate of Insurance indicates the coverage/limits ] Yes ❑ No Specified in contract? Are the following coverages and/or conditions in effect? Yes ❑ No The Commercial General Liability policy form is an Yes ❑ No ISO 1993 Occurrence Form or Equivalent? (If no,attach a copy of the policy with requircd coverages clearly identified.) CG 0043 Amendatory Endorsement provided?* ❑ Yes No General Aggregate provided on a"per project basis(CG2503)?*❑ Yes No Additional Insured wording provided?* Yes ❑ No . Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIERS: GL - A XV Auto A XV Umb A XV Professional A XV This Questionnaire is issued as a rnatter of information_ This questionnair;: is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON,at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder/proposer prior to execution of contract. Sammamish Insurance, Inc. Allen H. Fugitt, CPCU, ARM Agency/Broker Completed By(T pe or Print Name) 704 228th Ave NE, PMB 373, Sammamish, WA 98074 Address eted By(Signature) Allen H. Fugitt, CPCU, ARM (425) 898-8780 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE_MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE Portable Generator Set for Water Utility - 18 - CAG-00-012 PURCHASE AGREEMENT This agreement is made between Company UNITED FIRE SERVICE., INC at 5648-221st P1. SE, Issaquah, WA 98027 and Buyer City of Renton Fire Department at 1055 S. Grady Way, Renton, WA 1. The Company agrees to sell and the Buyer agrees to purchase the fire apparatus and equipment (Apparatus) described in the Company's Proposal and the Buyer's Specifications attached hereto and hereby incorporated herein, except to the extent modified by an approved exception or modification, all in accordance with the terms and conditions of this Agreement. In the event of any conflict between the Company's Proposal and the Buyer's Specifications, the Buyer's specifications shall prevail. 2. The company agrees to provide a Faithful Performance Bond, acceptable to the Buyer, in the amount of 100% of the Purchase Agreement total upon acceptance of a completed and executed Purchase Agreement at the offices of the Company. 3. The Apparatus shall be delivered F.O.B. 211 Mill Ave S, Renton, Washington in no more than 240 calendar days after completion of the Pre-Build Conference as provided in the Buyer's Specifications. In the event the completed apparatus cannot be delivered as specified herein, the Company agrees to pay the Buyer the sum of One Hundred Dollars ($100.00) per vehicle for each and every calendar day the Apparatus is delayed. It is agreed that such delivery is subject-tu-delays caused by war, fire, labor disputes, acts of God, governmental regulations, strikes, inability to obtain materials by suppliers, and other causes beyond control of the Company. The Company must inform the Buyer of any delays that the Company believes is beyond its control and requests the Buyer in writing to formally acknowledge an extension of time, which such extension of time the Buyer shall not unreasonably withhold. 4. Company hereby proposes to furnish the buyer, subject to proper execution of the attached agreement by the Company and by the Buyer, the apparatus and equipment to be built in accordance with the Buyer's Specifications and the Company's proposal. One (2) H2O4-CO23TM Custom Pumpers BID PRICE $ 287,760.00 each TOTAL FOR TWO UNITS $ 575.520.00 SALES TAX FOR TWO UNIT $ 49,494.72 TOTAL PRICE FOR PUMPERS $ 625,014.72 One (1) H712-L396 95' Aerial Platform BID PRICE $ 623,206.00 SALES TAX $ 53,595.72 TOTAL PRICE FOR PLATFORM $ 676,801.72 Unless otherwise specified, this Purchase Price is exclusive of all Federal taxes of any nature. Any such applicable taxes will be added to the Purchase Price and paid by the Buyer; provided, however, if the Buyer claims exemptions from any tax, Buyer agrees to furnish the applicable exemption certificate to the Company and to hold the Company harmless from any damage which may result from the Company ultimately having any such tax assessed against it. Any payments not made when due shall bear interest at the rate of 18% per year, or the highest rate permitted by law, whichever is less. If more than one apparatus is included and they are delivered on different dates, the terms of payment shall apply to each shipment and an invoice covering each shipment shall be issued. The Company and Buyer agree that title shall remain with the Company until the Purchase Price is paid in full. 5. Each new item of apparatus is warranted against defects in material and workmanship, for a period of one year from the date of delivery to the original user/purchaser, all in accordance with the Manufacturer's preprinted Statement of Warranty which is either attached to the Agreement or has otherwise been delivered to Buyer. Buyer hereby acknowledges receipt of the Manufacturer's preprinted Statement of Warranty. Additionally any equipment and/or component part warranties extending beyond the standard Statement of Warranty(i.e. water tank, engine, transmission, axles), if other than previously stated, shall have separate written warranty. These warranties are in lieu of all other warranties express or implied, including without limitation any implied warranties. Warranties shall be provided as described in the Buyer's Specifications and Company's Proposal. 6. The parties to this Agreement designate I Company Representative Jo A 6 � 4?16>y/ Ile Title rREsta EN i" and Buyer Representative Jesse Tanner Title Mayor for communications and acceptance regarding this Agreement. 2 7. This Agreement, including its attachments and exhibits, constitutes the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements. No agent or representative of the Company has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this agreement, including its attachments and exhibits, must be in writing signed by an authorized representative of each of the parties hereto. 8. The Agreement shall not constitute a valid and binding obligation of the Company until accepted in writing by an officer of the Company at its offices. When requested by the Company, the Buyer shall furnish a satisfactory written opinion of the Buyer's attorney that the Buyer has the power to make the Agreement, that the individual signing is authorized to sign on behalf of the Buyer, and that this Agreement is a valid, legal and enforceable obligation of the Buyer. IN WITNESS WHEREOF, the Company and the Buyer have caused this Agreement to be executed by their duly authorized representatives as of the date set forth by each. BUYER COMPANY By B L4�1 J,�/ Title esse Tanner, Mayor Title Date Date 1 Z- 7— !2 q Attest: Brenda Fritsvold, Deputy City Clerk 3 1 S A p z. , IaU�P U 6� 'PW� W P . ��.1 State of Washington Current Contract Information (Change No. 1) Issue date: July 21, 1999 Contract number: 15798 Commodity code: 6115 Contract title: Generators, Mobile Power, Various Sizes Purpose: Adds various models and revises price sheets with add/deducts Term: March 26, 1999 through: March 25, 2001 For use by: Washington State Department of Transportation (WSDOT) ONLY Agency Contact Person Joe Stinton(360) 705-7884 Contract type: This contract is designated as mandatory use. SCOPE OF CONTRACT This contract is awarded to one contractor. Contractor : Cummins Northwest Inc Contact: Harry Whittaker Address: 811 S.W. Grady Way Phone: 425-277-5340 Renton, WA 98055 FAX: 425-235-8202 Fed. I.D. No.: 91-1408885 Supplier No.: 28236 Products available: 7.5 KW, Skid Mounted, 15 KW, Skid/Trailer Mounted, 35 KW, Skid Mounted, 40 KW, Trailer Mounted, 60KW, Trailer Mounted 125KW, Trailer Mounted, 250KW, Trailer Mounted, 300 KW, Trailer Mounted, 400KW, Static Mount 600KW, Static Mount 800KW, Static Mount Ordering information: See page 3 Note III and Special Conditions No. 3, Ordering procedures: See page 2 Note II Special notes: For Preventative Maintenance see Special Conditions No. 5, This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below. State Procurement Officer: Kenneth A. Woodfork State Procurement Assistant: Mark Myer Phone Number: (360) 902-7422 Phone Number: (360) 902-7420 Fax Number: (360) 586-2426 Fax Number: (360) 586-2426 Email: kwoodfo@ga.wa.gov Email: cfeek@ga.wa.gov Visit our Internet site: http://www.ga.wa.gov/proc.htm 1 r. Current Contract Information Contract No. 15798 Page 2 Payment address: Cummins Northwest PO Box 2710 Portland OR 97208 Order placement address: Randy Wilson c/o Cummins Northwest Inc. 811 Grady Way Renton WA 98055 Minimum orders: None Delivery time: 8-10 Weeks Payment terms: Net 30 days Shipping destination: Free On Board (FOB) Destination Freight: Prepaid and included in unit pricing Contract pricing: See Attachment "B" Term worth: $2,499,329.32 $0.00 MBE $0.00 WBE $2,499,329.32 OTHER $0.00 EXEMPT Current participation: MBE 0% WBE 0% OTHER 0% EXEMPT 0% NOTES: I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non- contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor. If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document) If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract. II. WSDOT: Submit Order directly to Contractor for processing. is79sc.doc 2 Current Contract Information Contract No. 15798 Page 3 SPECIAL CONDITIONS: 1. CURRENT CONTRACT INFORMATION This Current Contract Information (Change Notice No. 1) incorporates and is subject to Standard Terms and Conditions in the original solicitation including Section IV, Bid Specifications Attached as Attachment "A" here with this award notice. Change Notice No. 1 adds various models in lieu of others identified as a result of agency study and revises price sheets providing adds/deducts for model features. All other terms, conditions, and pricing remain unchanged. Agency contact person for coordination with the Washington State Department of Transportation is Joe Stinton (360) 705-7884. 2. INSURANCE CERTIFICATE Insurance Certificate per requirements of Section III, Paragraph IA, General Requirements, Contractors will forward to the State Procurement Officer within fifteen (15)calendar days of receipt Notice of Award, evidence in the form of a Certificate of Insurance satisfactory to the State that insurance has been secured. Failure to provide proof of insurance as required will result in contract cancellation. 3. WARRANTY(IES) Contractor warrants equipment/services furnished under this contract comply to warranties/warranty services as outlined in bid document. Refer to Attachment "A" Section IV Specifications, Warranty Services. 4. CONTRACTOR PERFORMANCE Liquidated damages (non-delivery penalty) will be assessed in the amount of four-tenths of one percent (.004) per normal work day, per unit, for failure to meet delivery date as specified by bidder. Both the state and the Contractor agree that the above figure represents a reasonable amount for actual damages incurred by the purchaser and is compensatory. The purchaser shall deduct such penalties from the payment of the Contractor's invoice for the order. An extension to this delivery date may be authorized only by the purchaser. Saturdays, Sundays, and officially recognized state and federal holidays will not be considered normal workdays. Also, Contractor's will not be held responsible for Force Majeure delays, provided that the purchaser is notified in writing in a reasonably timely manner. 5. PREVENTATIVE MAINTENANCE(PM) SERVICE Contractor shall perform PM services as outlined in Attachment "A", Section IV Specifications, and Paragraph 5. Maintenance shall be conducted twice annually and at least 120 calendar days apart. 6. REPORTS A. CUSTOMER EXPENDITURE REPORTS The successful bidder is required to provide the Office of State Procurement with quarterly Customer Expenditure Reports based on the contract year, not the calendar year. For example, if the contracts begins on November 15, the contract quarter ends on February 15. Reports are due 30 days after the quarter ends. Total purchases for each state agency, university, and college must be listed separately. Total purchases for political subdivisions and non-profit organizations must be summarized as one customer. Reports may be rounded to the nearest dollar. Successful bidders will be provided with all necessary form instructions, and lists. B. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) Reports required by WSDOT are discussed under Attachment "A" Section IV, Specifications paragraph eight (8). See Attached. 15798c.doc 3 Current Contract Information ATTACHMENT "A" • Contract No. 15798 Page 4 Check If As Describe Fully If Minimum Specifications Called For Specified Not As Specified IV SPECIFICATIONS Continued 1. General Unit Requirements: a. Units shall be Cummins / Onan models and configurations in the kW ratings reflected below: • 15 kW Skid Mounted X • 40 kW Trailer Mounted X • 60 kW Trailer Mounted X 125 kW Trailer Mounted X 250 kW Trailer Mounted X • 400 kW Static Mounted X • 600 kW Static Mounted X • 800 kW Static Mounted X b. Every unit shall deliver rated kW at all of the voltages and phases listed in (2f). _ _Full Single Phase Output on 15 KW —125KW Units Only c. Documentation stating the manufacturer's expected life (in operating hours), for each size of generators reflected in(la), must be submitted with the bid. Such documentation must have been published prior to the announcement of this invitation to bid. See Attachment B d. All major components, including the engine, electrical alternator, unit controls, and trailer provided for each generator line reflected in (la) shall be the same make and model, during the entire life of the contract. The only exception to this requirement will be if a component, make or model is discontinued from production. X e. External lifting eye(s)shall be provided, that are positioned to maintain the unit in a horizontally level state when being sling transported by helicopter. X f. Measured at 20 feet in any direction from the unit, while operating at 70% it's load capacity, the generator's noise level shall not exceed 70 dba. X 4 Current Contract Information ATTACHMENT "A" Contract No. 15798 Page 5 2. Electrical Provisions: a. All holes where wiring passes through the body or frame shall have rubber grommets to prevent wires form chaffing.X b. All electrical wiring and components shall be sealed and water tight. X c. A 12 volt, 2 amp battery charger shall be installed. X d. All standard gauges and meters; including voltage, amperage, and frequency output meters; shall be provided and located at the unit's main control panel. X e. The regulator shall be equipped with LED indicators as described below: • Yellow (Sensing) X • Green (Excitation) X • Red (Output Circuit) X f. There shall be a multi-pole, rotary voltage reconnection switch, located at the main control panel, capable of adjusting to the voltage and phases listed below: 277/480 Volt (3 Phase) X Trailer mounted units only 120/208 Volt (3 Phase) X Trailer mounted units only 120/240 Volt (1 Phase) X Trailer mounted units only g. The main control panel shall be water tight and lockable. X h. Skid and trailer mounted generators shall have a 35 foot long umbilical cord, capable of delivering 200 amps. The specific part number for this cord shall be AP 204 58-S22. X i. The umbilical cord generator connection point shall not be accessible to the operator. X j. The umbilical cord shall be factory hard wired into the protective circuit breaker; so that there will be no user requirement to connect any wiring to the generator. X 15798c.doc 5 Current Contract Information ATTACHMENT"A" Contract No. 15798 Page 6 Check If As Describe Fully If Minimum Specifications Called For Specified Not As Specified 3. Unit Enclosure and Trailer: a. The manufacturer's standard generator enclosure shall be provided. X Manufacturers standard enclosure b. Doors shall have lockable,"D"ring twist latches. X handles c. All lockable compartments and doors shall be keyed alike. X d. The trailer GVWR shall be appropriate and legal for the size generator mounted on it. X e. The trailer shall be equipped with four manually operated stabilizer jacks, to permit raising the unit's tires off the ground, and leveling the generator set. X f. The trailer tongue shall have a combination towing feature — a 2 5/16 inch trailer ball, and a 3 inch ID pintle. X g. There shall be a lockable and water-tight utility box mounted on the front of the trailer to accommodate storage of the umbilical cord. X h. The generator unit shall be affixed to its trailer in a detachable manner not to be welded to the trailer. X 4. Engine: a. All generators shall be powered by an appropriately sized Cummins diesel engines. X b. Engines shall be equipped with a 110V block heater. X c. Engine controls shall be co-located with the generator controls. X d. Units shall be equipped with high temperature, low oil pressure, low coolant, over-speed, and over-crank shutdown system. X e. The engine's fuel tank capacity shall be the largest offered on 12 hour tanks on trailer units a standard unit. X 12.24 hoar tnnks on others 15798c.doc 6 Current Contract Information ATTACHMENT "A" Contract No. 15798 Page 7 Check If As Describe Fully If Minimum Specifications Called For Specified Not As Specified 5. Preventive Maintenance(PM) Service: a. WSDOT/PURCHASER intends to contract out preventive maintenance services for an estimated 150 generator sets, located throughout the state of Washington. WSDOT/PURCHASER also desires the flexibility of adding additional generators at a later date, as necessary. b. The Attachment A map provides insight on WSDOT site dispersion. X c. WSDOT's existing generator inventory consist of various sizes, makes, and models including: Generac, Dayton, Cummins/Onan, Perkins, Kohler, Caterpillar, Ingersol Rand, Honda, and Prime Mover X d. The specific PM service requirements listed in Attachment B shall be performed on each generator twice annually; but at least 120 calendar days apart. X Note: Instructions for bidding PM services are in item 7. e. Bidding organizations shall have at least ten years experience in performing PM services on the various brand names of generator sets reflected in (5c). Written documentation shall be provided with the bid to verify that this requirement is met. X 6. Repair Service: a. WSDOT intends to contract repair services for an estimated 150 generator sets located throughout the state of Washington. WSDOT also desires the flexibility of adding more generators at a later date, as necessary. X b. WSDOT's existing generator inventory consist of various sizes, makes, and models including: Generac, Dayton, Cummins/Onan, Perkins, Kohler, Caterpillar, Ingersol Rand, Honda, and Prime Mover. X c. Bidding organizations must be capable of providing state- wide repair coverage on a 24 hour a day basis, every day of the year. X 15798c.doc 7 Current Contract Information ATTACHMENT "A" Contract No. 15798 Page 8 Check If As Describe Fully If Minimum Specifications Called For Specified Not As Specified d. Bidders must have at least ten years experience in the repair of the various brand named generators reflected in (6b). Written documentation shall be provided to verify that this requirement is met. X e. After callout, bidders must be capable of arriving on site and initiating physical generator repairs within the time frames reflected below: • Movable Bridges 1 hour X • Ferry Terminals 1 hour X Plus ferry time • Radio Repeater Sites 2 hours X 85% of sites. Balance 3 hours • All other Facilities 3 hours X f. Attachment A and C provides insight on WSDOT site dispersion. X g. Repair services shall be accomplished on a WSDOT/PURCHASER request basis only. Repair needs detected during a regularly scheduled PM, that can be completed in conjunction with the PM performance for less than $100, shall be accomplished without prior authorization from WSDOT/PURCHASER. Such repairs are to be billed separately from the PM service. X Note:Instructions for bidding repair services are in item 9 below. 7. Preventive Maintenance and Repair Services Pricing: a. In Column A of the Service Pricing Table, Section V, Category B -- Bidders shall enter a specific, fixed price for a scheduled PM service on a single generator set in each generator category shown on the table. Prices bid shall include all supplies, materials, labor, travel, meals, and lodging. Required PM service tasks are listed in Attachment B. X b. In Column B of the Service Pricing Table, Section V, Category B -- Bidders shall enter an average price for a repair visit to a single generator set in each generator category shown on the table. Average prices bid shall include all supplies, materials, labor, travel, meals, and lodging. X 15798c.doc 8 Current Contract Information ATTACHMENT "A" Contract No. 15798 Page 9 Check If As Describe Fully If Minimum Specifications Called For Specified Not As Specified c. Within one year after award, actual repair charges will be compared to the average repair prices bid. An unreasonable and unjustified higher difference will be cause for breach of contract. In which case, WSDOT/PURCHASER has the right to terminate the contract within 30 calendar days after written notification of such breach. X 8. Preventive Maintenance and Repair Reporting Requirements: a. PM and Repair jobs accomplished under this contract shall be reported to WSDOT, for inclusion into WSDOT's Fleet & Equipment Management System, within five (5) calendar days after the event's completion. X b. Initially, work reporting may be done by submitting paper work orders; however, within 180 calendar days after award, the successful bidder shall be capable of electronically transferring PM and repair data directly to WSDOT's fleet management system. WSDOT staff will work with the successful bidder to establish the most efficient way to accomplish such data transfers. X c. Paper work orders must be in WSDOT's fleet management system (CSI M4) format; which is shown at Attachment D. X d. The successful bidder will be required to use and report standard ATA codes for every work event accomplished for WSDOT. Those codes are shown in AttachmentE. X 9. Billing Requirements: a. Invoices for PM and Repair services rendered shall be submitted to the address annotated below on a monthly basis: X Equipment Manager Transportation Building Equipment Administration Office Room 2D8 Olympia, WA 98504-7358 b. PM invoices shall be separate from Repair invoices. X c. Monthly invoices shall be both summary and detailed in nature — much like a US West phone bill. X d. PM invoices shall contain the following detailed information: • Date and time of service accomplishment X 15798c.doc 9 Current Contract Information ATTACHMENT "A" Contract No. 1 D-798 Page 10 • WSDOT's equipment number X • Equipment serial number X • Hour meter reading (if applicable) X • Vendor work order number X • Total charge (including tax) X e. Repair invoices shall contain the following detailed information: • Name and phone number of person requesting repair. X • Contractor work order number • Date and time of repair accomplishment X • WSDOT's/PURCHASER equipment number X • Equipment serial number X • Hour meter reading (if applicable) X • All parts charged must have individual part nomenclature; manufacturer's part number, and the cost. X • Labor hours, and cost-- including travel, meals, and lodging. (Not to exceed the Office of Financial Management OFM rates.) X • Total repair charge (including tax) X 10. Optional Pricing: CATEGORY" C" Bidders shall provide optional pricing for the items reflected in the table given under section V Category C,Options. BIDDER SHALL CERTIFY PRICES FURNISHED FOR OPTIONS ARE EQUAL TO THE SAME PROFIT MARGINS FURNISHED FOR THE 15798c.doc 10 Current Contract Information ATTACHMENT " B Contract No. 15798 Page 11 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON Warranty 2 Years 1. Generator, 7.5 KW Skid Mount, $13,582.00 $13,582.00 $13,582.00 Onan model # 7.5DNAC, Diesel Driven, Sound Attenuated, 24 Hr. DW Base Fuel Tank, 120/240V, 1 Phase Unit Adders Add Standard Weatherproof Enclosure See Deductions See Deductions See Deductions Add Single Axle Trailer Includes Mobile EPA $3,011.00 $3,011.00 $3,011.00 Add 2 Amp Battery Charger Included in base unit Add Vibration Isolator Pads $93.00 1 $93.00 $93.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Sound Attenuated Enclosure, to use Std. $2,600.00 $2,600.00 $2,600.00 Weatherproof Deduct All Enclosures $3,340.00 $3,340.00 $3,340.00 Deduct 24 Hr. DW Base Fuel Tank $1,362.00 $1,362.00 $1,362.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp ') Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R, 4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 4 Pole& By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 11 Current Contract Information ATTACHMENT " B " Contract No. 15798 Page 12 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN Generator, 15 KW Skid Mounted W WA E WA OREGON 2. Onan model# 15DKAC, Sound $13,500.00 $13,500.00 $13,500.00 Warranty 2 Years Attenuated,24 Hr.DW Base Tank, 277/480V,3 Phase,70 dba Enclosure Unit Adders Add Std. Weatherproof Enclosure $770.00 $770.00 $770.00 Add 2 Amp Battery Charger Standard With This Unit Add Vibration Isolator Pads $93.00 $93.00 $93.00 Add Trailer $3,583.00 $3,583.00 $3,583.00 Add 66 dba Sound Attenuated Enclosure $630.00 $630.00 $630.00 Special Options Available Call Vender For Pricing Unit Adders Deduct Sound Attenuated Enclosure $2,700.00 $2,700.00 $2,700.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA I Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R,4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger Std on Trailer $224.00 $224.00 $224.00 Unit Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Pric 12 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 13 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 3. Generator, 15 KW Trailer Mount, $21,294.00 $21,294.00 $21,294.00 Warranty 2 Years Onan model# 15DKAC, Special Application Unit Sound Attenuated, 72 Hr. Fuel Tank, Extra Large Storage Box, 120/240V 1 Phase, Twistlock Panel, 4 - S/O Cords W/Twistlock, Ends, 15 Amp Receptacle Special options available Please call Vendor for Pricing Automatic Transfer Switches-Switchgear Adders Add LT30 Amp') Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA I Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp.3) Pole NEMA I Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA I Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp ') Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R,4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger Std on Trailer $224.00 $224.00 $224.00 Unit Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recom►nended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Pric 15798c.doc 13 Current Contract Information ATTACHMENT `13 " Contract No. 15798 Page 14 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 4. Generator, 15 KW Skid Mount, $14,858.00 $14,858.00 $14,858.00 Warranty 2 Years Onan model # 15DKAC, Sound Attenuated 66 dba, 24 Hr. Base Fuel Tank, 120V, 1 Phase Unit Adders Add Standard Weatherproof Enclosure $770.00 $770.00 $770.00 Add 2 Amp Battery Charger Standard with This unit Add Vibration Isolator Pads $93.00 $93.00 $93.00 Add Trailer 6000 lbs. Single Axle $3,583.00 $3,583.00 $3,583.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Sound Attenuated Enclosure Rated @ 70 dba $630.00 $630.00 $630.00 Deduct Sound Attenuated Enclosure Rated @ 73 dba $2,000.00 $2,000.00 $2,000.00 Deduct 66 dba enclosure open unit $2,700.00 $2,700.00 $2,700.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Pric 15798c.doc 14 Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 15 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 5. Generator, 15 KW Skid Mount, $10,950.00 $10,950.00 $10,950.00 Warranty 2 Years Onan model # 16GNAC Nat. Gas & LPG, Weatherproof Enclosure, 120/240V, 1 Phase. Unit Adders Add 208V, 240V or 480V 3 Phase Voltage Same Price Same Price Same Price Add Natural Gas or LPG Vapor Propane Standard Standard Standard Add LPG Liquid Propane $267.00 $267.00 $267.00 Add Vibration Isolator Pads $93.00 $93.00 $93.00 Add Sound Attenuation $3,160.00 $3,160.00 $3,160.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Weatherproof Enclosure $740.00 $740.00 $740.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R, 4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Pric 15798c.doc 15 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 16 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 6. Generator,35 KW Skid Mount, $14,275.00 $14,275.00 $14,275.00 Warranty 2 Years Onan model # 35DGBB Diesel Driven, Standard Weatherproof Enclosure, 24 Hr, DW Base Tank, 240V,3 Phase Unit Adders Add Sound Attenuated Enclosure $3,122.00 $3.122.00 $3,122.00 Add Single Axle Trailer With Storage Box $4,136.00 $4,136.00 $4,136.00 Add 121 Hr. Base Fuel Tank DW $1,510.00 $1,510.00 $1,510.00 Unit Deductions Deduct Std. Weatherproof Enclosure, $1,065.00 $1,065.00 $1,065.00 Deduct 24 Hr. DW Base Fuel Tank $1,663.00 $1,663.00 $1,663.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp ') Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT60-0 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp-3 Pole NEMA I Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R, 4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended'' $98.00 $98.00 $98.00 4 Pole& By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 16 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 17 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 7. Generator, 40KW Trailer Mounted, $22,859.00 $22,859.00 $22,859.00 Warranty 2 Years Onan model #40DGBC, Sound Attenuated, 12 Hr. Fuel Tank, 3 Position Voltage 120V 1 Ph,208V & 480V 3 Phase, 35Ft. Cable. Unit Adders Add Hydraulic Brakes Electric Std. $420.00 $420.00 $420.00 Add Standard Weatherproof Housing $1,190.00 $1,190.00 $1,190.00 Add 24 Hr DW Base Fuel Tank (Non Trailer) $1,859.00 $1,859.00 $1,859.00 Add Vibration Isolator Pads (Skid Mount) $93.00 $93.00 $93.00 Add Vibration Isolator Springs (Skid Mount) $340.00 $340.00 $340.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Trailer $3,298.00 $3,298.00 $3,298.00 Deduct Sound Attenuated Enclosure $2,599.00 $2,599.00 $2,599.00 Deduct Position Voltage Switch $1,822.00 $1,822.00 $1,822.00 Deduct 12 Hr. DW Base Fuel Tank $1,258.00 $1,258.00 $1,258.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA I Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA I Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp ') Pole NEMA I Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add 0T3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 17 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 18 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 8. Generator, 60 KW Trailer Mounted, $24,465.00 $24,465.00 $24,465.00 Warranty 2 Years Onan model# 60, Diesel Driven, Sound Attenuated, 12 Hr. Fuel Tank,3 Position Voltage - 120V 1 Ph, 208V & 480V 3 Ph, 35Ft Cable Unit Adders Add surge brakes Electric Standard $420.00 $420.00 $420.00 Add Standard Weatherproof Enclosure $1,190.00 $1,190.00 $1,190.00 Add 24 Hr DW Base Fuel Tank $1,859.00 $1,859.00 $1,859.00 Add Vibration Isolator Pads Skid mount $93.00 $93.00 $93.00 Add Vibration Isolator Springs Skid Mount $340.00 $340.00 $340.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Trailer $3,298.00 $3,298.00 $3,298.00 Deduct Sound Attenuated Enclosure $2,599.00 $2,599.00 $2,599.00 Deduct 3 Position Voltage Switch $1,822.00 $1,822.00 $1,822.00 Deduct 12 Hr. DW Base Fuel Tank $1,258.00 $1,258.00 $1,258.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA I Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA I Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA I Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA I Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA I Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger (Std. On trailer) $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition `'Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 18 Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 19 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 9. Generator, 125 KW Trailer Mounted, $32,438.00 $32,438.00 $32,438.00 Warranty 2 Years Onan model # 125, Diesel Driven, Sound Attenuated, 12 Hr. Fuel Tank, 3 Position Switch 120V 1 Ph,208V & 480V 3 Ph, 35 Ft. Cable Unit Adders Add Standard Weatherproof Enclosure $1,602.00 $1,602.00 $1,602.00 Add 24 Hr DW Base Fuel Tank $2,294.00 $2,294.00 $2,294.00 Add Vibration Isolator Pads Skid mount $104.00 $104.00 $104.00 Add Vibration Isolator Springs Skid Mount $455.00 $455.00 $455.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Trailer $5,000.00 $5,000.00 $5,000.00 Deduct Sound Attenuated Enclosure $3,559.00 $3,559.00 $3,559.00 Deduct 3 Position Voltage Switch $2,258.00 $2,258.00 $2,258.00 Deduct 12 Hr. DW Base Fuel Tank $1,424.00 $1,424.00 $1,424.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp') Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA I Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA I Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation ATS Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 19 Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 20 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 10. Generator,250 KW Trailer Mounted, $65,950.00 $65,950.00 $65,950.00 Warranty 2 Years Onan model#250DQAB, Diesel Driven, Sound Attenuated, 12 Hr. Fuel Tank, 3 Position Voltage 120V I P,208V & 480V 3 P, 35 Ft. Cable w/ Con Unit Adders Add Sound Attenuated Drop-over Enclosure $14,832.00� $14,832.00 $14,832.00 Add Standard Weatherproof Housing $3,199.00 $3,199.00 $3,199.00 Add 24 Hr DW Base Fuel Tank (Skid Mount) $3,286.00 $3,286.00 $3,286.00 Add Vibration Isolator Pads $122.00 $122.00 $122.00 Add Spring Vibration Isolator Pads $560.00 $560.00 $560.00 Add 10 Amp Battery Charger $348.00 $348.00 $348.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Trailer With Sound Enclosure and 12 Hr $28,843.00 $28,843.00 $28,843.00 Tank. Deduct 3 Position Voltage Switch to 480V 3 P(Other $6,062.00 $6,062.00 $6,062.00 Volt. Avial) Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 20 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 21 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 11. Generator,300 KW Trailer Mount, $58,871.00 $58,871.00 $58,871.00 Warranty 2 Years Onan model#300DQBA, Diesel Driven, Standard Weatherproof Enclosure, 14 Hr. Fuel, 480V 3 Phase W/ Link Board & 400 Ft. Cabling Unit Adders Add Sound Attenuated Enclosure $3,215.00 $3,215.00 $3,215.00 Add 24 Hr. DW Base Fuel Tank $3,373.00 $3,373.00 $3,373.00 Add Vibration Isolator Pads $208.00 $208.00 $208.00 Add Vibration Isolator Springs $668.00 $668.00 $668.00 Add 10 Amp Battery Charger $348.00 $348.00 $348.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Std. Weatherproof Enclosure $2,726.00 $2,726.00 $2,726.00 Deduct Trailer With 14 Hr. Fuel Tank $12,488.00 $12,488.00 $12,488.00 Deduct Special Link Board & Cabling $4,788.00 $4,788.00 $4,788.00 Deduct 2 Amp Battery Charge $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp ') Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp ') Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp-3) Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole & By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 21 Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 22 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 12. Generator, 400 KW Skid Mount, $65,500.00 $65,500.00 $65,500.00 Warranty 2 Years Onan model # 400DFCE, Diesel Driven, Sound Attenuated, 12 Hr. DW Base Fuel Tank, 277/480V,3 Phase Unit Adders Add Standard Weatherproof Enclosure $3,215.00 3,215.00 $3,215.00 Add Vibration Isolator Pads $208.00 $208.00 $208.00 Add Vibration Isolator Springs Included Included Included Add 10 Amp Battery Charger $348.00 $348.00 $348.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct 12 Hr. DW Base Fuel Tank $2,876 $2,876.00 $2,876.00 Deduct Sound Attenuated Enclosure $20,991.00 $20,991.00 $20,991.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp ') Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA I Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA I Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA I Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger 1 $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition '`Recommended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 22 Current Contract Information ATTACHMENT "13 " Contract No. 15798 Page 23 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 13. Generator, 600 KW Skid Mount, $94,320.00 $94,320.00 $94,320.00 Warranty 2 Years Onan model 9 600DFGB, Diesel Driven, Sound Attenuated, 16 Hr. DW Base Fuel Tank, 277/480V, 3 Phase Unit Adders Add Standard Weathe roof Enclosure Please Call For Pricing Add Vibration Isolator Pads $208.00 $208.00 $208.00 Add Vibration Isolator Springs Between Tank Included Included Included & Generator Add 2 Amp Battery Charger $348.00 $348.00 $348.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Sound Attenuated Enclosure $26,201.00 $26,201.00 $26,201.00 Deduct 16 Hr DW Base tank $3,981.00 $3,981.00 $3,981.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp 3 Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA 1 Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA 1 Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp-3) Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA 1 Enclosure $27,339.00 $27,339.00 $27,339.00 Add-NEMA 3R,4, 12 Enclosure (Outdoor&Aluminum Available) Add 2 Amp Battery Charger 1 $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 23 Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 24 CONTRACTOR PRICING PRICING PRICING REMARKS CUMMINS ONAN W WA E WA OREGON 14. Generator, 800 KW Skid Mount, $116,637.00 $116,637.00 $116,637.00 Warranty 2 Years Onan model# 800DFHB, Diesel Drive Unit Adders Add Standard Weatherproof Enclosure Please Call For Pricing Add Vibration Isolator Pads $264.00 $264.00 $264.00 Add Vibration Isolator Springs Between Tank Included Included Included & Generator Add 10 Amp Battery Charger $348.00 $348.00 $348.00 Special options available Please call Vendor for Pricing Unit Deductions Deduct Sound Attenuated Enclosure $24,281.00 $24,281.00 $24,281.00 Deduct 12 Hr DW Base Fuel Tank $5,107.00 $5,107.00 $5,107.00 Deduct 2 Amp Battery Charger $224.00 $224.00 $224.00 Automatic Transfer Switches-Switchgear Adders Add LT30 Amp') Pole,NEMA 1 Enclosure $1,515.00 $1,515.00 $1,515.00 (Indoor) Add LT 60 Amp 3 Pole NEMA 1 Enclosure $1,574.00 $1,574.00 $1,574.00 Add LT100 Amp 3 Pole NEMA 1 Enclosure $1,718.00 $1,718.00 $1,718.00 Add LT150 Amp 3 Pole NEMA 1 Enclosure $1,799.00 $1,799.00 $1,799.00 Add LT200 Amp 3 Pole NEMA 1 Enclosure $1,828.00 $1,828.00 $1,828.00 Add OT300 Amp 3 Pole NEMA I Enclosure $3,912.00 $3,912.00 $3,912.00 Add OT400 Amp 3 Pole NEMA 1 Enclosure $4,546.00 $4,546.00 $4,546.00 Add OT600 Amp 3 Pole NEMA 1 Enclosure $5,848.00 $5,848.00 $5,848.00 Add OT800 Amp 3 Pole NEMA 1 Enclosure $6,452.00 $6,452.00 $6,452.00 Add OT1000 Amp 3 Pole NEMA 1 Enclosure $8,265.00 $8,265.00 $8,265.00 Add OT1200 Amp 3 Pole NEMA 1 Enclosure $10,900.00 $10,900.00 $10,900.00 Add OT1600 Amp 3 Pole NEMA I Enclosure $13,261.00 $13,261.00 $13,261.00 Add OT2000 Amp 3 Pole NEMA 1 Enclosure $14,905.00 $14,905.00 $14,905.00 Add OT3000 Amp 3 Pole NEMA I Enclosure $27,339.00 $27,339.00 $27,339.00 Add -NEMA 3R,4, 12 Enclosure (Outdoor& Aluminum Available) Add 2 Amp Battery Charger $224.00 $224.00 $224.00 Add 10 Amp Battery Charger (12 & 24V) $348.00 $348.00 $348.00 Add Program Transition "Recommended" $98.00 $98.00 $98.00 4 Pole& By Pass Isolation Available All Units Listed Include Freight Delivered Stationary Installation Not Included in Price 15798c.doc 24 I . Current Contract Information ATTACHMENT "B " Contract No. 15798 Page 25 CONTRACTOR PRICING PRICING 1PRICING REMARKS CUMMINS ONAN W WA EWA OREGON 15. PM PRICING 5 - 20 KW Skid Mounted $472.00 $472.00 $472.00 15-30 KW Skid Mounted $482.00 $482.00 $482.00 31-60 KW Skid Mounted $532.00 $532.00 $532.00 61-150 KW Skid Mounted $756.00 $756.00 $756.00 151-250 KW Skid Mounted $1 ,020.00 $1 ,020.00 $1 ,020.00 251-400 KW Skid Mounted $1 ,070.00 $1,070.00 $1 ,070.00 Above 400 KW Skid $1 ,752.00 $1 ,752.00 $1 ,752.00 Mounted 16. REPAIR PRICING 5 - 20 KW Skid Mounted $83.00 $83.00 $83.00 15-30 KW Skid Mounted $83.00 $83.00 $83.00 31-60 KW Skid Mounted $87.89 $87.89 $87.89 61-150 KW Skid Mounted $126.72 $126.72 $126.72 151-250 KW Skid Mounted $214.50 $214.50 $214.50 251-400 KW Skid Mounted $337.39 $337.39 $337.39 Above 400 KW Skid $462.33 $462.33 $462.33 Mounted 15798c.doc 25 OFFICE OF STATE PROCUREMENT PERFORMANCE REPORT To OSP Customers: Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block. Procurement services provided: Excellent Good Acceptable Unacceptable > Timeliness of contract actions ❑ ❑ ❑ > Professionalism and courtesy of staff El ❑ ❑ > Services provided met customer needs ❑ > Knowledge of procurement rules and regulations > Responsiveness/problem resolution 0 > Timely and effective communications ❑ ❑ Comments: Agency: Prepared by: Title: Contract No.: 15798 Date: Contract Title: Generators, Mobile Power, Various Sizes Phone: Send to: Purchasing Manager Office of State Procurement PO Box 41017 Olympia, Washington 98504-1017 1i798c.doc 26 PRODUCT/SERVICE PERFORMANCE REPORT Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report. Contract number and title: 15798 Generators, Mobile Power, Various Sizes Supplier's name: Supplier's representative: PRODUCT/SERVICE: ❑ Contract item quality higher than required ❑ Damaged goods delivered ❑ Contract item quality lower than required. ❑ Item delivered does not meet P.O./contract specifications ❑ Other: SUPPLIER/CONTRACTOR PERFORMANCE: ❑ Late delivery ❑ Slow response to problems and problem resolution ❑ Incorrect invoice pricing. ❑ Superior performance ❑ Other: CONTRACT PROVISIONS: ❑ Terms and conditions inadequate ❑ Additional items or services are required. ❑ Specifications need to be revised ❑ Minimum order too high. ❑ Other: Briefly describe situation: Agency Name: Delivery Location: Prepared By: Phone Number: Date: Supervisor: ------------------------------------------------------------------------------- ------- ------- ------------ Send To: Kenneth Woodfork STATE PROCUREMENT OFFICER OFFICE OF STATE PROCUREMENT PO BOX 41017 OLYMPIA WA 98504-1017 15798c.doc 27 **Yc-,),� CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT MEMORANDUM Cc, DATE: E� DATE: October 31, 2000 NOV _C�yOFq ?�Q� TO: J.D. Wilson,Utility Systems ,crT V Sys 64 FROM: Mt@L R. Webby,HR&RM Administrator SUBJECT: Ins. Review, R112 Engineering/Portable Generator Set I have reviewed the Certificate of Insurance for the above referenced contract. The insurance coverage,provided for this project, meets the City's risk management requirements. PowerCommanclTM Diesel GenSet 500 DFFB 60 Hz ' 450 DFFB 50 Hz STANDBY PRIME 60 Hz 500 kW 455 kW 625 kVA 569 kVA 50 Hz 450 kW 400 kW 563 kVA 500 kVA a taw :nr/1 The Prototype Test Support program verifies the performance integrity of the PowerCommand GenSet design.Onan products bearing the PTS symbol meet the prototype test requirements of NFPA110 for Level 1 systems. The PowerCommand Control is listed eta UL-508-Category NIWT7 for U.S.and a Canadian usage. '/xse All models are CSA certified to product class 4215-01. Generator Set Features AMPSENTRYTM PROTECTION CUMMINS0HEAVY-DUTY ENGINE ■ A power management system that guards the electrical integrity of the alternator and power system from the effects Rugged 4-cycle industrial diesel engine for reliable power of overcurrent, over/under voltage, over/under frequency production and excellent transient performance. and overload conditions. ALTERNATOR BATTERY MONITORING SYSTEM ■ Low reactance,2/3 pitch, Class H insulation,for superior ■ The PowerCommand Control runs a battery load test every motor starting, exceptional short circuit capability and time the engine is required to start. It detects and sends an minimizes voltage distortion when powering non-linear loads. alarm for weak battery conditions and continually monitors PERMANENT MAGNET GENERATOR (PMG) the battery charging system for low and high voltage. ■ Reliable excitation power source to enhance motor starting, AC OUTPUT METERING sustain short circuit current and isolate the excitation system ■ Combines true RMS digital metering and analog metering to from non-linear loads. provide accurate digital readout plus instant analog HIGH AMBIENT COOLING SYSTEM indication of trends and operating characteristics. ■ Full rated output in ambient conditions up to 500 C(1220 F). GENSET MONITORING FULL LOAD PICK-UP ■ Monitors and digitally displays.status of all engine and ■All PowerCommand GenSets accept 100%of full nameplate alternator functions critical to reliable generator set standby rating in one step, in compliance with NFPA110, performance. Monitors and detects engine sender failures. Paragraph 5-13.2.6. (60 Hz only.) UL508 LISTED CONTROL PANEL E-COAT FINISH ■ The single-membrane panel and gasketed enclosure protect ■ Dual electro-deposition coating system provides high the internal components from airborne contaminants. The resistance to scratching, corrosion and paint fading. control is RFI/EMI and successfully surge tested and PowerCommandTM Control Features certified. SMART STARTING CONTROL SYSTEM INTEGRATED CONTROL SYSTEM ■ A multi-functional digital control system integrates fuel ■ A microprocessor-based genset monitoring, metering,and ramping and field excitation to minimize frequency and control system offers an advanced level of functions for voltage overshoot and limit black smoke. reliability and optimum genset performance. OPTIONAL POWERCOMMAND NETWORK ■An extensive array of standard control and digital display COMMUNICATIONS features that eliminate the need for discrete component ■ The PowerCommand Control can be equipped to devices such as a voltage regulator, governor and protective communicate over an Onan EchelonTA° LonWorksTM relays. communication network for local or remote monitoring and ALARM AND STATUS MESSAGE DISPLAY control of the entire on-site power system. ■ Provides detailed information on all critical parameters of the . generator set. DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-500B Generator. Set Performance Telephone Influence Factor (TIF) Voltage.Regulation Under load from no load to 100% load will be within Less than 50 per NEMA MG1-22.43.Telephone Harmonic Factor (THF) Less than 3. ±0.5%' Alternator Temperature Rise Random Voltage Variation At rated load is less than 1050 C at prime power rating For constant loads, from no load to 100% load will not and less than 1250 C at standby rating, per NEMA exceed±0.5% of its mean value. MG1.22.40, IEEE115 and IEC 34-1. Frequency Regulation Radio Frequency Interference Isochronous under varying loads from no load to Noise and Surge Immunity: Prototype test compliance 100% load. verification of PowerCommand Generator Set to IEC Random Frequency Variation 801.2, Level 4 for electrostatic discharge; IEC 801.3, Will not exceed ±0.25%of its mean value for Level 3 for radiated susceptability; IEC 801.4, Level 4 constant loads from no load to full load. for electrically fast transients; IEC 801.5 Level 5 for Electromagnetic Interference Attenuation voltage surge immunity; and MIL STD 461C, Part 9 Meets requirements of most industrial and commercial for radiated emissions (EMI). applications. Maximum Sound Level at 23 feet (7m)—full load: AC Waveform Total Harmonic Distortion 60 HZ: 93.9 dBA 50 HZ: 92.1 dBA Less than 5%total no load to full linear load, and less than 3%for any single harmonic. Engine: Cummins KTTA19-G2 in-line, 6-cylinder, direct injection diesel Design: 4-cycle, water-cooled, series turbocharged and Cylinder Block: Cast iron with replaceable wet aftercooled. liners. Bore: 6.25" (159 mm) Stroke: 6.25" (159 mm). Fuel System: Direct injection, Number 2 diesel fuel; Piston Displacement: 1150 cubic inches (18.8 litres). Fuel filters; Automatic electric fuel shutoff; Cummins Valves: Four per cylinder, single springs. PT fuel injection system with integral EFC governor. Crankshaft: Forged steel, integral counterweight-type. Air Cleaner: Dry-element, with restriction indicator. Connecting Rods: Forged steel with I-beam design. Lube Oil Capacity: 48 US quarts (45 liters). Compression Ratio: 13.9:1. Lube Oil Required: API CD 15W-40. Starting: 24-volt, negative ground. Lube Oil Filters: Two spin-on, full flow. Cranking Current: 610 amps at ambient temperature Cooling System: High ambient 1220 F (50 ° C) of 320 F (00 C). radiator. Battery Charging Alternator: 45-amp Onan Alternator Design: Torque-Matched Voltage Regulation: Revolving field, single bearing, 4-pole, The voltage regulator provides torque-matched brushless, drip-proof construction. Standard underfrequency compensation to optimize motor 125' C temperature rise at standby power rating. starting performance and assist the engine during Class H insulation system per NEMA MG1-1.65 transient load conditions. The brushless exciter and BS2757. The main alternator and exciter armature powers the main alternator field winding insulation systems are impregnated for through shaft-mounted, three-phase, full wave silicon operation in severe environments where sand, diode rectifiers. Semi-conductor surge suppressors salt sea spray and chemical corrosion are protect the diodes from transient overvoltages installation factors. induced by load surges. Stator: PMG (Permanent Magnet Generator): Skewed stator and 2/3 pitch windings minimize Provides more power for motor starting. Sustains field heating and voltage harmonics. short circuit current at approximately 300%for not Rotor: more than 10 seconds on either single- or three- Dynamically balanced assembly. Direct coupled phase faults. Isolates the excitation system from non- to engine by a flexible drive disc. Complete linear load distortion effects. amortisseur (damper) windings help minimize Phase Rotation: A (U), B (V), C (W) voltage deviations and heating effects under Alternator Cooling: Direct drive centrifugal blower unbalanced loads. The rotor is supported by a pre-lubricated, maintenance-free ball bearing. DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-500B 500 DFFB 60 Hz Operating Data 800C Altemator 1050C Altemator 1250C Altemator Voltage Ranges 110/190 347/600 110/190 347/600 110/190 120/208 277/480 347/600 -� Thru Thru Thru Thru ..) The broad range alternator can supply 139/240 139/240 139/240 139/240 single phase output up to 1/2 of the set 22o/380 220/380 220/3W 240/416 rated 3-phase kVA at 1.0 power factor. Thar Thru Thru Thru 277/480 MAN 277/480 277/480 120/240- 120/240' 120/240• 120/240' Motor Starting Maximum Surge kW 513 518 513 517 511 514 513 513 Maximum kVA 2944 2429 2429 2208 2208 2208 1896 1896 (90%Sustained Voltage) Feature Code B260 B302 B259 B301 8258 B252 B246 B300 Altemator Data Sheet Number 309 308 308 307 307 307 306 306 Full Load Current 120/208 127/220 139/240 220/380 240/416 254/440 277/480 347/600 120/240' (Amps @ Standby Rating) 1734 1640 1503 949 867 820 752 601 1302 Fuel STANDBY PRIME Fuel Consumption Load 1/4 1/2 3/4 Full 1/4 1/2 3/4 Full kW 125 250 375 500 114 228 341 455 US gph 11.5 18.9 26.3 33.9 10.9 17.3 24.4 31.1 Uhr 44 72 100 128 41 65 92 118 Maximum Fuel Flow 58 US gph 220 Uhr 58 US gph 220 Uhr Maximum Inlet Restriction 4.0 in.Hg 102 mm Hg 4.0 in.Hg 102 mm Hg Maximum Return Restriction 6.5 in.Hg 165 mm Hg 6.5 in.Hg 165 mm Hg Cooling Fan Load 22.6 HP 16.9 kW 22.6 HP 16.9 kW Coolant Capacity (with radiator) 24.0 US Gal 91 L 24.0 US Gal 91 L Coolant Flow Rate 196 Gal/Min 742 UMin 196 GaVMin 742 UMin Heat Rejection To Coolant 19500 Btu/Min 20.6 MJ/Min 17680 Btu/Min 18.7 MJ/Min Heat Radiated To Room 6100 Btu/Min 6.4 MJ/Min 5540 Btu/Min 5.8 MJ/Min Maximum Coolant Friction Head 10.0 psi 69 kPa 10.0 psi 69 kPa Maximum Coolant Static Head 60 ft 18.3 m 60 ft 18.3 m Heat Ex. Max Raw Water Flow 80 GauMin 303 UMin 80 Gal/Min 303 UMin Heat Ex. Max Raw Water Pressure 50 psi 345 kPa 50 psi 345 kPa Air Combustion Air 1480 cfm 41.9 cu m/min 1380 cfm 39.1 cu m/min Maximum Air Cleaner Restriction 25 in.H2O 6.2 kPa 25 in.H2O 6.2 kPa Alternator Cooling Air 2190 cfm 62.0 cu m/min 2190 cfm 62.0 cu m/min Radiator Cooling Air 27200 scfm 770 cu m/min 27200 scfm 770 cu m/min Minimum Air Opening to Room 24.0 sq ft 2.2 sq m 24.0 sq ft 2.2 sq m Minimum Discharge Opening 19.2 sq ft 1.8 sq in 19.2 sq ft 1.8 sq m Maximum Allowable Static 0.5 in.H2O 125 Pa 0.25 in.H2O 62 Pa Restriction Exhaust Gas Flow(Full Load) 4305 cfm 121.9 cu m/min 3960 cfm 112.1 cu m/min Gas Temperature 1050 IF 566 °C 1030 IF 554 °C Maximum Back Pressure 41 in.H2O 10.2 kPa 41 in.H2O 10.2 kPa Engine Gross Engine Power Output 750 bhp 560 kWm 680 bhp 507 kwm BMEP 281 psi 1939 kPa 257 psi 1770 kPa Piston Speed 1875 ft/min 9.53 m/s 1875 ft/min 9.53 m/s Overspeed Limit 2100 ±50 rpm 2100 ±50 rpm Regenerative Power 77 kW 77 kW Derating Factors Rated power available up to 5500 ft(1678 m)at ambient temperatures up to 104°F(40°C)or up to 1000 ft(305 m)at ambient temperatures up to 122°F(501C). Above 1000 ft(305 m),derate at 1%per 10°F(2%per 11°C)above 104°F(40°C)to 5500 ft(1678 m). Above 5500 ft(1678 m), derate at 4%per 1000 ft(305 m)and 1%per 10°F(2%per 11°C)above 104°F(401C). DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-500B 450 DFFB 50 Hz Operating Data Voltage Selections 800C Alternator 105°C Alternator 1250C Alternator 60 Hz, 1800 rpm, 110/190 110/190 3-phase, Reconnectible 110/190 240/41 s Broad Range Thn, Thru rnti 127/220 127/220 127/220 ❑ 110/190V 0 220/380V 220/380 220r380 rnti 2zor38o ❑ 120/208V ❑ 240/416V rnti 254/440 254/440 2san/4ao hru ❑ 127/220V ❑ 254/440V 11�. 110/220• 1101220. ❑ 139/240V ;K 277/480V ❑ 120/240V 3 469 469 469 5 2000 1769 1633 1633 60 Hz, 1800 rpm 3-phase, 6326 8325 Specific Voltage 6324 B392 ❑277/480V 1:1 347/600V 309 308 307 307 11a190 115r2W 120/208 127/220 220rJ80 2=400 240/415 2su440 110v220• 50 Hz, 1500 rpm, 1709 1623 1561 1476 854 812 782 738 1278 3-phase, Reconnectible Broad Range STANDBY PRIME ❑ 110/190V ❑ 220/380V 1/4 1/2 3/4 Full El115/200V ❑ 230/400V 113 225 338 450 1/4 1/2 3/4 Full ❑ 120/208V El240/415V -- _ _ _ 100 200 300 400 ❑ 127/220V ❑ 254/440V 9.3 16.7 23.9 31.3 8.4 14.8 21.4 28.0 35 63 90 118 ❑ 100/200V ❑ 115/230V 32 56 81 106 58 US gph 220 Uhr El110/220V El 120/240V 58 US gph 220 L/hr 4.0 in.Hg 102 mm Hg 4.0 in.Hg 102 mm Hg 6.5 in.Hg 165 mm Hg 6.5 in.Hg 165 mm Hg 13.1 HP Rating Definitions 9.8 kW 13.1 HP 9.8 kW 24.0 US Gal 91 L 24.0 US Gal 91 L Standby: 162 Gal/Min 613 UMin 162 Gal/Min 613 UMin App ica le for supplying emergency 17550 Btu/Min 18.5 MJ/Min power for the duration of normal 15600 Btu/Min 16.5 MJ/Min power interruption. No sustained 5530 Btu/Min 5.8 MJ/Min 4920 Btu/Min 5.2 MJ/Min overload capability is available for 8.0 psi 55 kPa 8.0 psi 55 kPa this rating. (Equivalent to Fuel Stop 60 ft 18.3 m Power in accordance with ISO3046. 60 ft 18.3 m AS2789. DIN6271,and BS5514.) 80 Gal/Min 303 UMin 80 Gal/Min 303 L/Min 50 psi 345 kPa 50 psi 345 kPa Prime (Unlimited Running Time): Applicable for supplying power in 1200 cfm 34.0 cu m/min 1090 cfm lieu of commercially purchased 25 in.H2O 6.2 kPa 30.9 cu m/min 25 in. H2O 6.2 kPa power. Prime power is the 1820 cfm 51.5 cu m/min 1820 cfmaximum power available at 22700 sctm 51.5 Cuc m/min variable load for an unlimited 643 cu m/min 22700 scfm 643 cu m/min number of hours.A 10%overload 24.0 sq ft 2.2 sq m 24.0 sq ft 2.2 s m capability is available for limited 19.2 sq ft 1.8 sq m q time. (Equivalent to Prime Power 19.2 sq ft 1.8 sq m in accordance with IS08528 and 0.5 in.H2O 125 Pa 0.25 in. H2O 62 Pa Overload Power in accordance with ISO3046,AS2789, DIN6271 and BS5514.) 3815 cfm 108.0 Cu m/min 3360 cfm 1190 'F 95.2 cu m/min 643 'C 1140 'F 616C 41 in. H2O 10.2 kPa 41 in.H2O 10.2 kPa 675 bhp 504 kWm 600 bhp 448 kWm 299 psi 2060 kPa 266 psi 1836 kPa 1562 ft/min 7.93 m/s 1562 ft/min 7.93 m/s 1850 ±50 rpm 1 57 kw 850 *50 rpm 57 kw Rated power available up to 5200 ft(1586 m)at ambient temperatures up to 104°F(40°C)or up to 1000 ft(305 m)at ambient temperatures up to 122°F(50'C). Above 1000 ft(305 m),derate at 1°6 per 10°F(2%per 11'C)above 104°F(40`C)to 5200 ft(1586 m). Above 5200 ft(1586 m), derate at 4%per 1000 ft(305 m)and 1"o per 10'F(2%per 11°C)above 104°F(401C). DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-5006 PowerCommandTM Control with AmpSentryTM Protection 0 Menu--driven digital display screen with"tactile feel"selection switches • Comprehensive display of engine data and alternator data • Message prompts identify faults and supply troubleshooting codes 'Distinguishes sender failures from actual faults to prevent nuisance shutdowns Four customer-selected alarms to prompt warning or shutdown messages • Integrates automatic voltage regulation and engine speed governing • Digital starting control provides functions for fuel ramping,fail-to-crank, temperature dynamic governing, digital excitation control and cycle cranking • Alarm and status output contacts for customer application • Control components selected and integrated to withstand the vibration levels typical in a generator set application . • AmpSentryTM Protection guards the electrical integrity of the alternator and power system from the effects of overcurrent, over/under voltage, over/under frequency and overload conditions. Standard Control Description • Remote Starting,24 volt,2 wire AC Alternator Data • Magnetic Pickup Failure (or communications link) •AC Voltage Line to Line • Emergency Stop • Digital Display Panel •AC Voltage Line to Neutral • Sealed Front Panel,gasketed door •AC Current by Phase Warning Functions(Pre-Alarm) • Panel Back—lighting •AC Kilowatts • Low Oil Pressure • Cycle Cranking Control,with selectable •AC Kilowatt Hours • High Coolant Temperature number of cycles,"cranking"and"off" •AC Power Factor •Oil Pressure Sender Failure time periods• Idle Mode Control Engine Data •Temperature Sender Failure • Self Diagnostics and Circuit Board • Engine Oil Pressure •Over Current Diagnostic LED's • Engine Coolant Temperature • Low Coolant Temperature • Separate Control Interconnection Box • Engine Oil Temperature •Overload,with Load Selector Switches • Engine RPM Shed Contacts • Low Fuel—Day Tank • Run—Off—Auto Switch • DC Battery Voltage • Emergency Stop Switch • Engine Starts Counter • Low DC Voltage• High DC Voltage • Reset Switch • Engine Running Hours •Weak Battery • Menu Switch Shutdown Functions(Failure) • Up to Four Customer Inputs •Voltmeter/Ammeter phase selector Engine Shutdowns switch with phase and scale indicating • Low Oil Pressure ❑ Optional Network lamps • Low Coolant Level Communications • Panel Lights switch,with 10 minute auto can be set for alarm only) . TM TM switch off ( y) Echelon LonWorks multidrop Analog Meters • High Coolant Temperature communication network up to 5000 •Overspeed feet(1523 m)in length •Analog%of Current Meter(Amps) •Allows for local and remote •Analog%of Load Meter(kW) • Fail to Crank communications with Onan •Overcrank PowerCommand network products • Analog AC Frequency Meter p • Analog AC Voltage Meter AC Alternator Shutdowns • Power system monitoring and control • Low AC Voltage using Onan PowerCommand software • High AC Voltage • Flexible for interface with other • Underfrequency manufacturers'control and monitoring •Over Current systems •Short Circuit Generator Set Options Control Panel Generator Set Engine ❑ Detector 12 control j$Main line circuit breaker J� ❑ AC entrance box Heavy-duty air cleaner ❑ Remote fault signal iKBattery charger,equalizer,float-type with safety element dry contact relay package 208/240/480-volt 4000 W coolant heater ❑ Run relay package ❑ Batteries UL—(thermostatically controlled) ❑ Control anti-condensation ❑ Spring isolators ❑ 120-volt 300 W lube oil heater space heater ❑ Remote annunciator panel ❑ 208/240-volt 300 W lube oil heater ❑ Fuel-pressure gauge(engine mounted) ❑ Paralleling accessories ❑ 480-volt 300 W lube oil heater ❑ Exhaust pyrometer Weather-protective enclosure ❑ Fuel/water separator Fuel System with mounted silencer ❑ 75 amp battery charging alternator 2-year standby warranty ❑ Bypass oil filter ❑ 225 gallon(852 liter)Sub-base tank ❑ 2-year prime power warranty' ❑ 760 gallon(2877 liter)Sub-base tank ❑ 5-year basic power warranty Cooling System ❑49 gallon(184 liter) In-skid day tank ❑ 5-year comprehensive power warranty ❑ Remote radiator cooling ❑ Day tank rupture basin ❑ 10-year major components warranty' ❑ Heat exchanger cooling Alternator Exhaust System ❑ Export box packaging ❑ Industrial-grade exhaust silencer ❑ Ground Fault Alarm ❑ 105°C Rise alternator g El `Available in North America only. 80° C Rise alternator ❑ Residential-grade exhaust silencer Y• ❑ Anti-condensation heater 3K Critical-grade exhaust silencer DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-500B Outline Drawing 60 Hz: 500 DFFB 50 Hz: 450 DFFB THIS DRAWING IS FOR INFORMATIONAL PURPOSES ONLY. NOTES: FOR SPECIFIC CONSTRUCTION DETAILS. OBTAIN I . DIMENSIONS SHOWN IN ( ) ARE INSTALLATION OUTLINE DRAWING 500-3024 FROM MILLIMETERS. YOUR DISTRIBUTOR. 2. GEN SET APPROXIMATE WEIGHT: DRY 11100 LBS. (5035 KGS. ) WET 11400 LBS. (5171 KGS. ) F2EOOSL TUB UREA 305)XP12A00(305) 3. .813 (20.65) DIA. HOLES MARKED 14.53( 2PL BY A FOR 6 POINT ISOLATION 369) "g" 108.4) 2PL (275a) MOUNTING. 72.63 2.75 (1845) (7o) 12.00 65.00 (305) (1651) 4.39 17.62 52.00 (112) (448) (1321) T T 15.25 51.21 60.00 57-.50 I (387) (1301) (1524) (1460) I DUCT ADAPTER FUEL INLET 7/8-14 UNF-2A W/45' TIP 47.15 8.98 ELECTRICAL FUEL RETURN 3/4-16 (1198) (228) STUB UP AREA UNF-2A W/45' TIP 1.25 5.00" NPT (32) PCC EXHAUST OUT INTERCONNECTION ENCLOSURE 53.96 (1371) DUCT 1 65.13 ADAPTER 1 (1654) J EXHAUST 77.58 (:971) TCG 15.64 38.50 (397) (978) FUEL 26.70 RETURN (678) �0 0 0 0 0 0 31.00 2PL 18.47 (787) (469) 81 .00 2PL FUEL IN (2057) 77.4 / 85.3 TABULATION (1966) / (2167) GEN FRAME 131.00 2PL SIZE DIM. "A" DIM. "B" (3327) 5C-5F 156.00 (3962) 45.31 (1150) 6G (ADS-309) 160.00 (4064) 49.31 (1252) See your distributor for more information. onon Onan Corporation 1400 73rd Avenue N. E. ' ' Backfeed to a utility system can cause electrocution and/or property damage. Minneapolis, MN 55432 Do not connect to any building's electrical system except through an approved 612-574-5000 device or after building main switch is opened. Telex:275477 Fax:612-574-8087 Detector is a trademark of Onan Corporation Onan and PowerCommand are registered trademarks of Onan Corporation Cummins is a registered trademark of Cummins Engine Company 7995 Oran Corporation Printed in USA. 3/95 Bulletin DPC-500B 12)1/2000 16:07 FAX 425 254 8962 CUMMINS N.W.RENTON z001 �313 F cop OVERALL WIDTH y 100' BE^ WIDTH it}• TANK WIDTH 4' LICENSE LIGHT (438) AND M'G• IG ` STOP, TURN. AND 1 TAIL LIGHTS 1Q' (4255) - o - -_---- - i 36' a6 lSPRIN FABRICATION NOTES 2'ygxl/4' MAINFRAME TU3ES 2'x2'x1/4' So, TUBE CROSSMEMBERS 10 GA. STEEL SHEET DECK 10 GA, STEEL FENDERS 10 GA- INNER FUEL TANK 12 GA. ❑LTER FUEL TANK 12 GA. STEEL CABLE BOX WT SCREEN gpTT4M Y4 N O O IQ --1— ----- — — -- ------ -------- � I LJ - 1 — •• ••• 1— ••• • 36• - — — .'�• ••• • • boo Gat.1.rn+ TtA18L-EVALL I 26' FUEL TANK (64'Vx162'LYR'D) sTABn_tzEK /7� STANDS Y f � SAFETY CN ll NIAKINCS,(. TRIPLE BAD {' Dom' A%LES fROB65E-41n V/ ELECTRIC BRAKES, SLIPPER SPRINGS (Z-1�03T3-BK).IWIGER KfT (APTT6.CE'J.16 I/2' ZI PIN V/CABLE ASS'Y WHEELS (S%P"R 3975-RHD).AI1D 12�%16S TIRES 00nd range F) (L-10-33-R) 4se 2' �I 'I BED LENGTH - : :I ��----170'_^ TANK LEMUM — —162'--— ZJ, GENSET LENGTH S' i —160'—------- f 5' — " NTG.NUTS 50'- 11 36' 34• —50'--- I -1? _ I Y 'Alm 6' _��---��--- F--- � _-- _ . .7—!KJT/_4' � I i II II II �i II it II I it 11 III- - I� it II 11 I ! II (1 I ,d, I II II fl II II II 11 it II I) N I I I I I I I f I I 11 APPRO%. 1 1( 1 1 I I I I I 11 rABLE N �� 72' '0' 1 I I I I I I I I !I CONK I I Loop _a , I I . ICO) !! I 94' 64' .. 57 _l;2' I I 1 1 Ii 1 I - x ;^_ I II li it 1 ! II II it I1 11 1! m ' = I II II 11 II 11 I) 11 I { II � I � 5 a I II II II II II i1 II II II `I q 3 1 II II II II II I ! II , II 11 II CABLE STORAGE BO% O ? tyl I I I J V: HINGED.LOCKABLE LID -4• 6' 7 1/4' L— t��- -�---- I I INI I ...1/2' 19' 0' CROSSHIMBERS 137 l/2' 121' 104' 87 1/2' 71' 170' 154' S4' 37,, __ /4',MINTING NUTS 0 a 230' 60 - AED 1-E"GTH 170, BREAK-A-VAY SViTGH V/ I TANK LEWiTH `— '3• Ct1A r" C200207 162'--- CAHIF. STORA(Z BOX 5'-- FENDERS _ 34'—.. 7,0Ba JAEKSTANO (190510) 3' LUNETTE EYE Z AXLES <•1290-3) W RED REFLECTOR LIFTING/YIEDOVN • I C90WWR UWS 34'---" A N RntEE FUR 9�eaor 9. Z _ r SEmNGS 24. 21'. IS'- t5' z 10, — — —— — --- — I ! LJ 20' _ — • ,'7 I o • _ — vALI 6 POLE PLUG A RECFPTACl1 U I — — .-(�• �'V� • 200 WLION DWBLE (3602 6 Sr103) •�-/• •• _ FUEL TANK<64Nx162'Lx0'II) 26' SYAA�IZER __ STANDS I SAFETY CHATNS W/ MIDKIWS a-,70 tr�n..pa O TRIPLi HAOLtA 4' DRDY AXLES COo865E-4II3 V/ ELECTRIC MAKES, N HANGER KIT (APTT&SE).16 1/2' cp `- ZLH SLIPPER SPRINrs (2-1403f3-WP. Ct�H r•„ F).U) V/CABLE ASS'Y VtCELS CONG597rr-OHII1. AND�1�tube) TIRES . 00 I (C-10-33-R) cu.e 2• CO i N RED LENI;IM TAW L ... .. ..... _ .. .�•. __ _.. .__ ....,_ .._. ..... _.. .. .. __...... .. .. _.._.._ - ISt.NSETtF.rrGTti- - �-. - - - -..-. _...�2.._._. _ _.. .. ...._ - _ S, Mre.NUTS 50•---.—_�— --36' 12'- 91 it I� Multi-Conductor Belden Power and Control Cables Rubber and Neoprene SO Cables O.D.Trade No. No. Standard Lengths Insulation acket Nominal VIL NEC Type of LIL AWM Style Unit mm Inch 16 Gage Product Description Stranded Conductors (65x34) Bare copper,rubber insulated,conductors cabled with fillers.Black Neoprene jacket.Color Rubber Insulated code chart No.2,Technical Information Section. 9420 5 100 30.5 16.2 .0325 .826 .0825 2.096 .506 12.85 500 152.4 80.7 SO 1000 304.8 157.2 9422 7 100 30.5 21.2 .0325 .826 .0825 2.096 .581 14.76 500 152.4 103.8 SO 1000 304.8 204.1 ®LISTED 600V 60°C 9424 9 100 30.5 30.6 .0325 .826 .100 2.54 .720 18.29 @ 500 152.4 154.3 SO SO 1000 304.8 304.8 9425 12 100 30.5 33.7 .0325 .826 .100 2.54 .720 18.29 500 152.4 169.4 SO 1000 304.8 335.1 9427 16 100 30.5 44.7 .0325 .826 .100 2.54 .787 19.99 500 152.4 210.0 SO 1000 304.8 452.8 9429 20 100 30.5 52.0 .0325 .826 .100 2.54 .862 21.89 500 152.4 245.0 SO I 50 8 P-6 Control Circuit and Power ARKMATETM Connectors Electrical Accessories Pg. 8P-10 & 11 Crouse-HindsR Connectors Dimensions Pg. 8P-8 & 9 Plugs 71111 r' 1i WNW WLL;W� No. Amps-Volts Compression Cable Basket Conduit Panel Contacts AWG Gird AC/DC Style Clamp Weave Adapter Mount 4 #10 Y 30A 600 VAC P120S07NtS2++ P120S07NtS3++ P1 20S07NtS4++ P120S07NtC1 PP120S07NtX1 4 #10 Y 30A 600 VAC P120S02NtL2++ P120S02NtL3++ P120S02NtL4++ P120S02NtC1 PP120S02NtX1 4 #4 Y 60A 600 VAC P160S03NtL2++ P160S03NtL3++ P160S03NtL4++ P160S03NtC1 PP16°S03NtX1 4 1/0 Y 100A 600 VAC PA20°SO4NtL2++ PA20°SO4NtL3++ PA20°SO4NtL4++ PA200SO4NtC1 PPA20°SO4NtX1 4 4/0 Y 200A 600 VAC PA240S03NtL2++ PA240S03NtL3++ PA240S03NtL4++ PA240S03NtC1 PPA240S03NtX1 6 4-#4 Y 60A 600 VAC PJ20°S07NtL2++ PJ20°S07NtL3++ PJ20°S07NtL4++ PJ200S07NtC1 PPJ200S07NtX1 2-#10 30A 600 VAC 7 #12 14A 480/250 P12°S01NtS2++ P120S01NtS3++ P12°S01NtS4++ P120S01NtC1 PP12°S01NtX1 7 #12 Y 14A 480/250 P120S03NtS2++ P120S03NtS3++ P120S03NtS4++ P120S03NtC1 PP120S03NtX1 7 #12 Y 14A 600 VAC P160S06NtS2++ P16°S06NtS3++ P160S06NtS4++ P16°S06NtC1 PP160SO6NtX1 10 #16 Y 7A 480/250 P120SO4NtS2++ P120SO4NtS3++ P120SO4NtS4++ P12°SO4NtC1 PP12°SO4NtX1 10 #16 7A 480/250 P120S05NtS2++ P120S05NtS3++ P120S05NtS4++ P120SO5NtC1 PP120SO5NtX1 19 #16 7A 480/250 P160SO4NtS2++ Pi 60SO4NtS3++ P160SO4NtS4++ P160SO4NtC1 PP160SO4NtX1 19 #12 14A 480/250 P16°S05NtL2++ P160S05NtL3++ P160S05NtL4++ P160S05NtC1 PP160SOSNtX1 19 #12 Y 14A 480/250 P160S01NtL2++ P160S01NtL3++ P160S01NtL4++ P160S01NtC1 PP160S01NtX1 19 #12 14A 600 VAC P20°S05NtL2++ P20°S05NtL3++ P20°S05NtL4++ P200S05NtC1 PP200S05NtX1 19 #12 Y 14A 600 VAC P20°S06NtL2++ P20°S06NtL3++ P20°S06NtL4++ P20°S06NtC1 PP20°S06NtX1 20 #12 14A 480/250 OTR 14A 600 VAC CTR P20°S03NtL2++ P20°S03NtL3++ P20°S03NtL4++ P20°S03NtC1 PP20°S03NtX1 20 #12 Y 14A 480/250 OTR 14A 600 VAC CTR P20°S08NtL2++ P20°S08NtL3++ P20°S08NtL4++ P200S08NtC1 PP200S08NtX1 37 #16 6A480/250 PJ160S02NtL2++ PJ 160S02NtL3++ PJ16°S02NtL4++ PJ16°S02NtC1 PPJ160S02NtXl 37 #12 12A480/250 PJ20°S02NtL2++ PJ20°S02NtL3++ PJ20°S02NtL4++ PJ200S02NtC1 PPJ200S02NtX1 37 #12 Y 12A480/250 PJ20OS01 NtL2++ PJ2011S01NtL3++ PJ200S01NtL4++ PJ200S01NtC1 PPJ200SO1NtX1 58 #12 10A 480/250 PJ240S02NtL2++ PJ240S02NtL3++ PJ240S02NtL4++ PJ240S02NtC1 PPJ240S02NtX1 58 #12 Y 10A480/250 PJ240S01NtL2++ PJ240S01 NtL3++ PJ240S01NtL4++ PJ240S01NtC1 PPJ240S01NtX1 °-Substitute P for Pin Contacts or S for Socket Contacts. t-Substitute 1 for No Environmental Cover or 2 with Environmental Cover. PART NUMBER SELECTION To determine what part number to order, follow these 5 simple steps: 1. Starting with column 1 on page 8P-6, determine the quantity of contacts and the wire size desired, whether or not a ground is needed, and the voltage rating required. 2. Follow this row across the chart to the column showing the body type desired. This gives you the base part number. 3. Replace the"O" symbol with "P" for pin contacts or"S"for socket contacts. 4. Replace the"t"symbol with"1"for no environmental cover or"2" to include environmental cover. 5. If the base part number ends with "++ replace these symbols with the code letters from the cable diameter chart on page 8P-7 for the cable you are using. January 1992 Copyright' 1992 Cooper Industries,Inc. r` ,_- ' .� �FY?. tic,,. �>. �l.. � � �:. .�+.._ _ ,�; , �,' .. ,� � . y 4 + h a �� , -4:• ... . .�c. 1 'r :�.� e ` c 8P-7 Control Circuit and ' ARKMATETM Power Connectors Electrical Accessories Pg. 8P-10 & 11 Connectors Dimensions Pg. 8P-8 & 9 Crouse-Hinds' i Receptacles In-Line In-Line Panel Compression In-Line In-Line Conduit Conduit Mount Style Cable Clamp Basket Weave Adapter Size R120S07NtX1 112*S07NtS2++ I12°S07NtS3++ I12°S07NtS4++ I12°S07NtC1 3%R120S02NtX1 1120S02N1L2++ 112°S02NtL3++ I120S02N1L4++ I12°S02N1C1 3/4R16°S03N1X1 I16°S03NtL2++ 1160S03NtL3++ 11 60S03Nf L4++ I16°S03NtC1 1'/, RA200SO4N1X1 IA20°SO4NtL2++ IA20°SO4NtL4++ IA20°SO4NtL4++ IA200SO4NtC1 1'/2 RA240S03NtX1 IA24°S03NtL2++ IA24°S03NtL3++ IA24°S03NtL4++ IA240S03NtC1 2 R20°SO7NtX1 120OS07NtL2++ 120°S07NtL3++ I20°S07NtL4++ 1200S07NfC1 11/2 R120S01NtX1 1120SO1NtS2++ 1120S01NtS3++ 1120SO1NtS4++ I120S01NtC1 Y. R120S03NtX1 112°SO3NtS2++ I12°S03NtS3++ 112°S03NtS4++ 1120S03NtC1 % R160S06NtXi I16°SO6NtS2++ I160S06NtS3++ 11 60S06N tS4++ I160S06NtC1 L1Y.R12°SO4NtX1 112°SO4N1S2++ I120SO4NtS3++ II2°SO4NtS4++ I12°SO4NtC1 /. R120S05NtX1 112°S05NtS2++ 112°S05NtS3++ I12°SO5NtS4++ I120S05NtC1 % R16°SO4NtX1 It60SO4NtS2++ 1160SO4NtS3++ 1160SO4NfS4++ 1160SO4NtC1 1'/.R160S05N1X1 I160S05NtL2++ 1160S05NtL3++ I160S05NtL4++ I160S05NtC1 1'/, R160S01NtX1 116°S01NtL2++ I160S01NtL3++ 11 60SO 1 NtL4++ I160S01NtC1 11/. R200S05NtX1 120°S05NtL2++ 120°S05NtL3++ 120°S05NtL4++ 1200S05NtC1 1'12 R200S06NtX1 I20°SO6NtL2++ I20*S06NtL3++ I20°S06NtL4++ 120°S06NtC1 1'/2 ' R200S03NtX1 120°SO3NtL2++ 120°SO3NtL3++ I20°SO3NtL4++ 120°S03NtC1 1'/2 R20°SO8NtX1 120*S08NtL2++ 120°S08NtL3++ 1200S08NtL4++ 1200S08NtC1 1'/2 R160S02NtXl I160S02NtL2++ I160S02NtL3++ 11 60S02NtL4++ I160S02NtC1 1'/. R20°SO2NtX1 120*S02NtL2++ 1200S02NtL3++ 120*S02NtL4++ 1200S02NtC1 11/2 R200SO1NtX1 I200SO1NtL2++ 1200S01NtL3++ I200S01NtL4++ 1200S01NtC1 1'/2 R240S02NtX1 124*S02NtL2++ 1240S02NtL3++ 1240S02NtL4++ 1240S02NtC1 2 R240S01NtX1 1240SO1NtL2++ 1240S01NtL3++ 1240SO 1 NtL4++ I240S01NtC1 2 ++ -Substitute code letters for sizing oil resistant rubber grommets (and basket weave grips)to your cable diameter.Shell size is indicated by the first 2 numbers of part number. Example: P 12 PS02N2L2 EE for.500 to.625 diameter cable changes to P12PS02N2L20F. i ? Shell Shell Shell Shell Shell Shell Shell Cable Dia. 12 16 20 24 Cable Dia. 16 20 24 . to .187 OA 187 1.250 to 1.375 ON ON ON 187 to .250 OB 1.375 to 1.437 00 .250 to .312 OC OC 1.375 to 1.500 OP OP .312 to .375 OD OD 1.500 to 1.625 OR OR .375 to .500 OE OE 1.625 to 1.750 OS OS .500 to .625 FOfj OF OF 1.750 to 1.875 OT OT .625 to .750 OG OG OG 1.875 to 1.937 Ou .750 to .875 OH OH OH 1.875 to 2.000 OW .875 to .937 OJ 2.000 to 2.125 OX .875 to 1.000 OK OK OK 2.125 to 2.250 OY 1.000 to 1.125 OL OL OL 2.250 to 2.375 PA 1.125 to 1.250 OM OM OM 2.375 to 2.437 pB Copyright'1992 Cooper Industries,Inc. January 1992 ENGINEERING, INC.300 Letter Of Transmittal 300 Simon Street SE,Suite 5 East Wenatchee,WA 98802 t" (509)886-2900 • (800)720-8052 Fax: (509)886-2313 DATE: December 15, 2000 JOB REN 200.115.01 NO., ATTENTION: JD Wilson TO: Mr. J.D. Wilson City of Renton RE: Emergency Power Upgrades to Water Pump Fifth Floor Stations 1055 South Grady Way DECEIVED Renton, Washington 98055 WE ARE SENDING YOU THE FOLLOWING: nEf ISM X Attached Hand Delivery CITY'I�PH4 �ji f[J Shop Drawings Prints Plans samples Specifications Copy of Letter Change Order COPIES DATE NO. DESCRIPTION 2 12/15/00 Generator Set Features 2 12/15/00 ARKMATE Electrical Connectors Receptacles 2 12/15/00 ARKMATE Electrical Connectors Crouse-Hinds Plugs 2 12/15/00 Belden Mult-Conductor 2 12/15/00 Fabrication Notes THESE ARE TRANSMITTED AS CHECKED BELOW: For approval Approved as submitted Resubmit copies for approval For your use Approved as noted Submit copies for distribution As requested Returned for corrections Return corrected prints For your information X For review and comment For bids due: Prints returned after loan to us REMARKS: COPY TO: SIGNED: Mark Miller TExt.No.: 1 5372 J:\DATA\REN\199-017\Transmittal9.doc CITY OF RENTON �)y�' PLANNING/BUILDING/PUBLIC WORDS ( j MEMORANDUM r CONCUPR� CE DATE: November 1, 2000 DATE I �,0 000 NAME WINI�IALQATE TO: Gregg Zimmerman J. 0 q U DOLL u�N 2 FROM: Lys Hornsby jay 5 Abdoul Gafour 5prn E �� Gogh o STAFF CONTACT: J.D. Wilson (x-7295) SUBJECT: Consulting Agreement with RH2 Engineering for Portable Generator Set for Water Utility ISSUE: The approved 2001 budget includes appropriation of funds to purchase a portable electrical generator set to provide emergency power to water utility pump stations. RECOMMENDATION: • The Water Utility Engineering section recommends that Gregg sign the attached consultant agreement with RH2 Engineering, in the amount of$8,000. BACKGROUND SUMMARY: In 1999 the Water Utility modified the electrical services of the Wells 1-2-3 pump house, North Talbot Booster Pump Station and South Talbot Booster Pump Station to allow these pump stations to be powered by electrical generator sets. Currently the City does not have any portable generator sets available for providing emergency electrical power for this purpose. [There is one trailer mounted 125 KW generator assigned to the Highlands BPS.] Under this contract RH2 will prepare specifications for the purchase of a portable electrical generator set, assist in evaluating bids and submittals and with start-up and testing of the generator set. 200o There are sufficient funds in the Water Utility's capital improvement,budget to cover the work by the consultant. I i t CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 10/27/00 TO: Mike W bby FROM: J.D. W' so SUBJECT: Insurance Consulting Services—Portable Generator Set for Water Utility Enclosed for your review and comments are the ACORD form and City of Renton Insurance Information Form for a contract with RH2 Engineering to provide consulting services for purchase and testing of a portable generator set for the Water Utility. EAFILES\Projects\Purchase Emergency Generator\001027b.doc\jdw SENT BY: SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:19PM; PAGE 1 704228 Ave NE, PMB 373 Sammamish, WA 98074 Sammamish (425)898-8780 FAX (425) 836-2865 insurance Inc. Email: Allen_Fugitt@email.msn.com Fax To: City of Renton From: Allen H. Fugitt, CPCU,ARM Attn: J.D.Wilson Fax: 425-430-7241 Pages: 4 Phone: 425-430-7295 Date: 10/26/00 Re: RH2 Engineering Certificates of Insurance CC: RH2 Engineering, Inc. Project WTR-27-2880 Attn: Caroline Kepner ❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle a Comments. Attached is a certificate of Insurance and your completed information information form along with a letter explaining any negative answers on the insurance information form. If you need any changes to these forms, please let me know and I will take care of it right away. I will mail the originals of the documents to you today. SENT BY: SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:19PM; PAGE 2/4 704 228`"Avenue NE, PMB 373 Y ' Sammamish, WA 98074. (425) 898-8780 Fax: (425) 836-2865 T October 26, 2000 City of Renton Attn: J.D. Wilson 1055 South Grady Way Renton, Washington 98055 Re: R142 Engineering—Insurance confirmation and certificates Portable Generator Set for Water Utility Project# WTR-27-2880 Dear Mr. Wilson, I have completed the Insurance Information Form and the certificates of insurance as you requested in your Exhibit D. Two of the questions on the form were answered NO, the policy for RH2 is written on a Business Owners form and it is not possible to add all of the traditional ISO coverage forms. The Business Owners form is written utilizing very broad language and incorporates many of the coverage features provided in the individual forms. Most of the wording of the CGO043 is incorporated into the General Liability coverage form that is on the policy. The CGL General Aggregate provided on a "per Project Basis" (CG2503) only applies to contractors, as a design professional, RI12 is not eligible for this coverage form but they do have the CG2504 which is the General Aggregate provided on a"per Location Basis". In addition, they also have a$2,000,000 Umbrella Policy which should be adequate to meet your requirements. If you have any questions please feel free to give me a call. Sincerely, Allen H. Fugitt, CPCU, ARM SENT,BY: SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:19PM; PAGE 3/4 } E 1DATE`nIMMADnY 0220 00a . AND � X s �.<:.:...s <•::-s»es'`..-� Sa- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY PRODUCER CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Sammamish Insurance, Inc• POLICIESDOES NCrT AUEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 704 228th Ave NE, PMB 3 -' .. Sammamish, WA 98053 COMPANIES AFFORDING COVERAGE .......... (425) 898-8780 F: (425) 836-286 ......... .......... COMPANY A CNA Insurance Co. LETTER iEfl cOOP A"`' 8 CNA Insurance Co. .......................... .. E ......... ...... INSURED .. COMPA R92 Engineering, Inc. LETTER v C 12100 NE 195th St. , #100 .. Bothell, i11A 90011 LETTER T D c"PANY E LETTER 4 ea r. OD THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED 9ELOW HAVE BEEN ISSUED TO THE INS­ NAMED ABOVE FOR THE POLICY PERT CERTIFICATENMAYBESISSUEING ANY D OR MAYS PERTAIN, THE INSURANCE AFFORDED BY THE POQUIREMENT, TERM OR CONDITION Of ANY UC S DESCRIBED CT OR OTHER OHEREINNS SUBJECT TO LT WITH RESFECT OTHEITERMS, EXCLUSIONS AND CONDITIt7NS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ` .. .... - ........ .......... ........ N ro CO TYP[OF WBURAMC! POLICY NW�ER DA OATl(MI AD/M POLICY(MZ"MeTW8 LTN' ......... .... ..... ........ ...... GENERAL AGGREGATE >t 21 900,..000 p OEMOLAL UABLITY PRODUCTS•COMPIOP AGG. s 2 0 DO. 0 0 0 .. .......... ......... ......... X COMMERCIAL.GENERAL LIABILn-f 1154T811S4 PERSONAL 0. pE a AOV INJUR/ s 1, 000,O0 CLAIMS MADE X OCCUR, : O 8/16/9 B O B/ 16 O ;............ . ` EACH OCCUflRENCE 3 OO , 1. . 01 OVMER'S s CONTRACTORS PROT. FIRE DAMAGE(Any o v l tei S 5 0 0 0 0 �.... ][ 'Stop....(3ap............. MFD.EXPENSE(Any one POM0'4 5...0 0 0 ........... COMB ED 9 OLC 000 AVTOUDYN•E LIABILITY ; ; `.LIMIT = 1, 000, t 15478794 ........ ....... A ANY AUTO . 08/16/98 08/ 16/ 01 BODILY INIUflr s `ALL OWNED AUTOS `.(Per pprmn) 'SCHEDULEU AUTOS BODILY INJURY Y _ X NwED AUTOS (Per eccUeno X NON•OMMED AUTOS GARAGE LIABILITY PROPEIIY DAMAGE S : EACH OCCUSWNCE > 2, O O ...O O O 'exeni LIARILt1Y ,......................... 0 e 16 9 8 0 6 16 01 AGGnEGATE a,:: 2, 000, 000 .... ..:,.. ,. As X 'u,"R-LA FORM it3478744 / / / / OTHER THAN UMBRELLA FORM.................................. ........... ......................: .........................�............................ - LIMITS ........... WORKER'S COW"SATIDN .......... EACH ACCIDENT f .......... AND DISEASE-POLICY LIMB i OlLOYp10 WeLrT9 OISEtSE. EACH EMPLOYEE 5...... . .......... OTHER Each Claim 2, 000,000 B'Professional AEN 4312321 05/29/99 05/ 29/ 01, Aggregate 2, 000,000 Liability .. _................................................ ....................................... . ..DE9CpR'T10N OF OMATION9AACATIONLeM CLlN8��IAL ITEMS TThe City of Renton and its officials, agents, employees an volunteers are adds& as Pro ectition27-2 insure eoa as romps ratorr Set ofor by the named insured. Water ti it 1 .��.{w. L 777777, iC A4 Ctl :.:.. ...- .. <;. SHOULD ANY OF THE ABOVE DE3CRLDEO POLICIES BE CANCELI FC BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL t MAIL 45 DAYS WRITTEN NOIICE TO THE CERTIFICATE HOLDER NAMED TO TH[ city of Renton LEFT, Attn: J.D. Wilson s 1055 South Grady Way ";AUTHOLD KVJPRZMR'J%"A Renton WA 98055 I SENT BY: SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:20PM; PAGE 4/4 FROM RH2 ENGINEERING PHONE NO. : 4253982774 Oct. 25 2000 04:21PM P5 CITY OF RENTON INSURANCE INFORMATION FORM FOR: PQrttable Generator Set foot Water Utility PROJECT NUMBER:WTR-27-2880 STAFF CONTACT: J.D. Wilson Certificate of Insurance indicates the coverage/limits Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? X Yes ❑ No The Commercial General Liability policy form is an Yes ❑ No ISO 1993 Occurrence Form or Equivalent? (If no,attach a ropy of the policy with roquircd coveragcb clearly identified.) CG 0043 Amendatory Endorsement provided?* ❑ Yes L&J No General Aggregate provided on a"per project basis (CO2503)?*❑ Yes IV No Additional Insured wording provided?* Yes ❑ No . Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No , Waiver of Subrogation Clause applies?* Yes ❑ No Soverability of Interest Clausc (Cross Liability)applies? ( Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No s To be shown on certificate of insurance AM BEST'S RATING FOR CARRIERS: GL . A XV Auto A XV Umb n XV Professional �. A XV This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON,at its option,shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder/proposer prior to execution of contract. Sammamish Insurance, Inc. Allen H. Fugitt, CPCU, AKM Agency/Broker Completed By( pe or Print Name) 7U4 228t:1i Avc NE, PMB 373, Sammamisti, WA 98074 Address eted By(Signature) Allen H. Fugitt, CPCU, ARIA (425) 698-8780 Name of person to contact Telephone Number NOTE: THIS QUESTIOXAN1,RE WST BE COUPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE Portablo Generator Sot for Waiter Utility - 18- CITY OF RENT(;N CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS N O V 0 6 1000 RECEIVED MEMORANDUM CITY CLERK'S OFFICE CONCUP RCE DATE: November 1, 2000 DAT 1 019 00 0_ NAME INI IALJDATE TO: Gregg Zimmerman J. 1.1 771hii, 2 FROM: Lys Hornsby L-t 5 ' Abdoul Gafour A rn I, o0 GIva6v o STAFF CONTACT: J.D. Wilson(x-7295) SUBJECT: Consulting Agreement with RH2 Engineering for Portable Generator Set for Water Utility ISSUE: The approved 2001 budget includes appropriation of funds to purchase a portable electrical generator set to provide emergency power to water utility pump stations. RECOMMENDATION: • The Water Utility Engineering section recommends that Gregg sign the attached consultant agreement with RH2 Engineering, in the amount of$8,000. BACKGROUND SUMMARY: In 1999 the Water Utility modified the electrical services of the Wells 1-2-3 pump house, North Talbot Booster Pump Station and South Talbot Booster Pump Station to allow these pump stations to be powered by electrical generator sets. Currently the City does not have any portable generator sets available for providing emergency electrical power for this purpose. [There is one trailer mounted 125 KW generator assigned to the Highlands BPS.] Under this contract RH2 will prepare specifications for the purchase of a portable electrical generator set, assist in evaluating bids and submittals and with start-up and testing of the generator set. 2C0o There are sufficient funds in the Water Utility's capital improvement�budget to cover the work by the consultant. RH2 ENGINEERING, INC.12100 NE 195th Street, Suite 100 Letter o Transmittal Bothell,WA 98011 ENGIN [A EERS (425)951-5400 or(800)720-8052 S C I E N T I S T S DATE: October 26, 2000 JOB NO.: S40 'MWFax: (425)398-2774 ATTENTION: Mr. J.D. Wilson, P.E. TO: City of.Renton RE: Portable Generator Set for Water Utility 5`h Floor 1055 S. Grady Way Renton, WA 98055 Sent Via: US Mail WE ARE SENDING YOU THE FOLLOWING: X Attached Under Separate Cover Via: Shop Drawings Prints Plans Samples Specifications Copy of Letter Change Order Submittals COPIES DATE NO. DESCRIPTION 3 Signed Engineering Annual Consultant Agreement THESE ARE TRANSMITTED AS CHECKED BELOW: For approval Approved as submitted Resubmit copies for approval For your use Approved as noted Submit_copies for distribution X As requested Returned for corrections Return_corrected prints For your information Signature —T For review and comment For bids due: Prints returned after loan to us REMARKS: The insurance information will be forwarded to you directly. COPY TO: SIGNED: Mark Miller 10/26/00 4:04 P\9 C:\\\'IMVT\Profiles\Ipate\Personal\Trans to JD Wilson re Portable Generator Set for Water Utility.doc ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this , day of , 2000, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and RH2 Engineering, Inc. whose address is 12100 NE 195`I' Street, Suite 100, Bothell, WA 98011 at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Portable Generator Set for Water Utility WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS, the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I SCOPE OF WORK The Consultant shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations, guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: Portable Generator Set for Water Utility 1 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4, and 5. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City. Should field studies be needed, the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. Portable Generator Set for Water Utility 2 IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance of its services by factors that are beyond its control, the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. Portable Generator Set for Water Utility 3 VI PAYMENT The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed $ 8,000.00 without a written amendment to this contract, agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost, overhead, and direct non-salary cost. I. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. 2. The overhead costs as identified on Exhibit C are determined as 182.28 percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. 3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of 1.12 times the invoiced amount. 4. The net fee, which represents the Consultants profit shall be 12 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant, the Supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the.final payment, subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). Portable Generator Set for Water Utility 4 A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention.period starts when the Consultant receives final payment. VII CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so Portable Generator Set for Water Utility 5 engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the City. If during the time period of this Agreement, the Consultant finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation; selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non- Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. Portable Generator Set for Water Utility 6 C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in . subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the.Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Director of Planning/ Building/Public Works or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. Portable Generator Set for Water Utility 7 The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Consultant's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. The Consultant shall secure general liability, property damage, auto liability, and professional liability coverage in the amount of$1.0 million, with a General Aggregate in the amount of$2 million, unless waived or reduced by the City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord Certification Form prior to the execution of the contract. The Consultant shall also submit copies of the declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. All coverages provided by the Gonsultant shall be in a form, and underwritten by a company acceptable to the City. The City will normally require carriers to have minimum A.M. Best rating of A XII. The Consultant shall keep all required coverages in full force and effect during the life of this project, and a minimum of forty five days' notice shall be given to the City prior to the cancellation of any policy. The Consultant shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Consultant shall require, and provide verification upon request, that all subconsultants participating in a City project possess a current City of Renton business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. The Consultant's relation to the City shall be at all times as an independent contractor. Portable Generator Set for Water Utility 8 XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONS TANT CITY OF RENTON r / J kick Harbert, r s►dent D e . Gregg Zimmerman, PBPW Administrator Date Portable Generator Set for Water Utility 9 CITY OF RENTON PORTABLE ENGINE GENERATOR FOR WATER UTILITY EXHIBIT A SCOPE OF WORK PURPOSE OF PROJECT The purpose of this project is to recommend and prepare specifications for a new portable engine generator to be used at the City's water pump station facilities. The mark includes services during bidding, submittal review, and testing. APPROACH: 1.) Prepare recommendation and options for Generator purchase: Meet with City staff and identify City preferences for portable engine generator. Discuss various options available to the City for the budget available. Make recommendation to City on equipment purchase. Review recommendation with City staff. Budget includes one 4-hour meeting with City. 2.) Prepare specifications: Develop Technical Specifications for all necessary equipment, materials, and construction tasks. Use City standard legal and supplemental provisions (as-is without modifications). Use RH2 Engineering technical specifications. Develop schedule of prices and measurement and payment requirements. Budget includes one 4-hour meeting with City. 3.)Services during Bidding: A. Print 1 set of contract documents and deliver to City staff for copying and distribution to bidders. B. Provide construction estimate to determine engineer's estimated value of construction cost based on information supplied by material vendors and similar projects adjusted for anticipated bidding conditions. C. Assist City staffing preparing bid advertisement for newspapers(as requested). D. Respond to bidders' questions. Prepare necessary addenda. Deliver to City staff for mailing. Attend pre-bid meeting and be prepared to outline scope and limitations of the project. Specific emphasis will be given to assisting the Bidders to reduce their bidding costs and bid amounts. E. Review bid tabulation prepared by City and evaluate responsiveness of low bidder. F. Prepare recommendation for project award. Attend a pre-award meeting with the City staff. 4.) Submittal Review: Review and approve or reject, if necessary, shop drawings, equipment submittals, specifications, and schedules for conformance to the design concept of the project specification. 5.) Testing and Start-up of Generator: A. Assist City with testing and start-up of new generator at a City's water facility. B. Provide project punchlist to City staff at completion of the testing phase. C. Review O&M manuals. 6.)Project Management: Perform project management services necessary to maintain a cohesive pre-design team,meet budget and schedule requirements, adhere to contract quality control standards and interface with City staff. Maintain orderly project files and submit regular project payment invoices. Summarize work performed during each billing cycle and submit requested administrative information to City staff. DELIVERABLE PRODUCTS: I. Attend two(4-hour)meetings and City Hall 2. Letter of recommendation for purchase of Engine Generator 3. Copy of preliminary technical specifications for review 4. Final copy of technical specifications 5. Engineer's cost estimate Portable Generator Set for Water Utility - 10- 6. Letter of award of recommendation 7. Attend testing and start-up 8. Prepare project punchlist Letter of project completion Portable Generator Set for Water Utility - 11 - EXHIBIT B Portable Generator Set for Water Utility SCHEDULE Task Estimated Start Estimated Completion Task 1 November 2000 November 2000 Task 2 December 2000 December 2000 Task 3 January 2001 January 2001 Task 4 February 2001 February 2001 Task 5 March 2001 March 2001 Portable Generator Set for Water Utility - ]2- CITY OF RENTON PORTABLE GENERATOR SET FOR WATER UTILITY Exhibit C -Fee Estimate Principal E VII $52.00 Project Manager,E V $34.85 Project Manager,E IV $32,00 Scientist IV $37.35 Project Engineer,E IV $28,10 Staff Engineer,E II $22.50 Engineer Tech T 11 $18,60 Word Processor II $13.75 Net Fee Percent 12% Overhead Multiplier 182.28% Principal E VIII PNI,E VI Pi11,F IV Scientist Pro.En Staff Eng Ene Tech W.Processor SUB TASK Hrs Cost Hrs Cost Hrs Cost Hrs Cost Hrs Cost Flrs Cost Hrs Cost Hrs Cost TOTAL I TOTAL U/RECT.SALARY C'O.S'T PORTABLE GENERATOR SET FOR WATER UTILITY I Prepare recommendation and options u So o so o so o So 12 $337 o So 1 o $o 1 21 $28 S365 $365 Pre arcspecifications 2 S104 0 so 0 so O $0 24 S674 0 $0 0 $o 6 S83 S861 $861 3 Services during Bidding $476 a. Final contract documents o So 0 So o So o SOI S56 0 $o o SO $28 S84 b, Cost estimate 0 SO O So 0 $0 11 $0 1 S28 0 so o SO o SO S28 c. Assist with Bid advertizement 0 $0 0 $0 0 $o 0 So I $28 0 $0 0 So 0 SO S28 d. Bidder Questions 0 So 01 so 0 $0 0 so s $225 0 $O u $0 4 S55 S280 e. Review bid tab u $0 0 $0 1 $0 0 $o 1 $28 0 SO or So 0 $o S28 f- Recommendation of award 0 $0 (1 so n s0 0 $o I $28 o SO 0 So 0 So S28 4 Submittal Review 0 SO 0 So o So 0 So 6 $169 o So 0 so I $14 S182 $182 5 Testing and Start-ue of Generator $491 a Assist with testing and start-up 0 So o so 0 So 0 $0 12 S337 o So o SO I S14 S351 b. Pre are ro ect unchlist o $0 o $O o SO o $O $56 a SO o $o 1 $14 S70 c. Review O&M manual 0 SO O so 0 $O 0 $0 2 $56 o So o so I S14 S711 6 Project Management o $o o So 0 $0 1 01 So 2 S56 0 So o $o I $14 S7o $70 SUBTOTAL Direct Salary Cost 2 $104 0 $0 0 $0 0 $0 74 $2,079 0 $0 0 $0 19 $261 $2,444.65 OVERHEAD COST(including pavroll additives) S4,456,11 SUB TOTAL $6,900.76 NET FEE $828.09 Direct Non Salary Cos[ Photo Developing $0 Mileage $50 Reproduction Expenses $50 In-House Computer $171 Survev $0 Subconsultant $0 In-House CAD $0 SUBTOTAL Direct Non Satan'Cost $271 TOTAL CONTRACT COST $s,000 Ren1w401EG spec-Fee EstimateAs COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Classification Hourly Rate Classification Hourly Rate Principle E IX 63.40 Engineering Tech II 18.60 Principle E VIII 52.00 Engineering Tech 14.00 Project Manager E 32.00 Project Manager CS 33.00 IV IV Project Manager E V 34.85 Scientist IV 37.35 Scientist III 30.95 Office Assist 13.25 Project Engineer E 28.10 IV Project Engineer E 24.75 Word Processor III 21.65 III Staff Engineer E II 22.50 Word Processor II 13.75 Staff Engineer E 1 20.50 Word Processor I 12.90 Senior Planner V 36.20 Engineering Tech 1 24.45 Net Fee: 12 % of direct salary cost plus overhead DIRECT NON-SALARY COST: Cost Element Unit Cost Cost Element Unit Cost In-house copies 8.5"xI1" $0.10 each In-house CAD system $25.00 per hour In house copies 8.5"xl4" $0.25 each HP650C 11"xl7" $2.00 each In-house copies 11"x17" $0.50 each HP650C 24"x36" $5.00 each In-house blueprints $1.20 each HP650C 36"x48" $10.00 each 24"x36" FAX $3.00 per sheet In-house computer $9.00 per hour H/P Paint'et $1.50 per sheet Mileage $0.32/mile Purchased Services I Cost plus 15% Rates listed here are adjusted annually. The current, most recent schedule of hourly rates is used for billing purposes. Payment for work accomplished shall be on the basis of hourly rates in effect at the time of billing plus direct expenses and outside services as stated in the Exhibit. Portable Generator Set for Water Utility - 14- EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST ProfitSharing............................................................................... 12.76 % FICA......................................................................................... 8.64 Unemployment Compensation ........................................................... 1.65 % Medical Aid and Industrial Insurance...................................................0.21 % Company Insurance and Medical........................................................ 11.37 % Vacation, Holiday and Sick Leave ...................................................... 8.57 % State B & O Tax & Other Business Tax................................................5.07 % Insurance ....................................................................................2.31 % Administration and Time Unassignable.................................................67.68 % Printing, Stationery and Supplies........................................................ 3.87 % Travel Not Assignable..................................................................... 3.08 % Telephone and Telegraph Not Assignable..............................................6.94 % Fees, Dues, Professional Meetings...................................................... 1.12 % Utilities and Maintenance................................................................. 1.01 % Rent .......................................................................................... 25.87 % Rental Equipment .......................................................................... 13.73 % Office Miscellaneous, Postage ...........................................................4.22 % Professional Services ......................................................................4.18 % TOTAL 182.28 % SUMMARY OF COSTS Direct Salary Cost ..........................................................................................$2,444.65 Overhead Cost (including payroll additives)......................................................... 182.28 % $4,456.11 Sub-Total $6,900.76 NetFee ................................................................................ 12% $828.09 Direct Non-Salary Costs: a. Travel and per diem.............................................$ 50 b. Reproduction expenses .........................................$ 50 c. Computer expense.............................................. $171 d. In-house CAD...................................................... $0 e. Outside consultants............................................ $0.00 f. Photo Developing............................................. $ 0.00 Total $271.00 Sub Total $271.00 GRAND TOTAL $8,000.00 Portable Generator Set for Water Utility - 15 - RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: City Clerl Portable Generator Set for Water Utility - 16- I AFFIDAVIT OF COMPLIANCE RH2 Engineering,Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) I. It is RH2 Enjineerin2, Inc.'s policy to offer equal (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. RH2 En2ineerinj!,Inc. complies with all applicable federal, (Name of contractor/subcontractor/consultant/supplier) state and local laws governing non-discrimination in employment. III. When applicable, RH2 En$!ineerinp,,Inc. will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. i Print Agent/Representative's Name nd Title Ag nt/Represe tat/ e s gnature Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. Portable Generator Set for Water Utility - 17- I CITY OF RENTON INSURANCE INFORMATION FORM FOR: Portable Generator Set for Water Utility PROJECT NUMBER:WTR-27-2880 STAFF CONTACT: J.D. Wilson Certificate of Insurance indicates the coverage/limits ❑ Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ❑ Yes ❑ No ISO 1993 Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified.) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a "per project basis(CG2503)?*❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ❑ Yes ❑ No Notice of Cancel lation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIERS: GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder/proposer prior to execution of contract. Agency/Broker Completed By(Type or Print Name) Address Completed By(Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE Portable Generator Set for Water Utility - 18- �w r r CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 10/27/00 TO: Mike W bby FROM: J.D. W' so SUBJECT: Insurance Consulting Services—Portable Generator Set for Water Utility Enclosed for your review and comments are the ACORD form and City of Renton Insurance Information Form for a contract with RH2 Engineering to provide consulting services for purchase and testing of a portable generator set for the Water Utility. EAFILESTrojectsTurchase Emergency Generator\001027b.doc\jdw SENT BV;, SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:19PM; PAGE 2/4 d 704 2281" Avenue NE,PMB 373 Sammarnish,WA 98074. (425) 898-8780 t:f..4 i~ t'1 I1 .."f' Fax: (425) 836-2865 October 26, 2000 City of Renton Attn: J.D. Wilson 1055 South Grady Way Renton, Washington 98055 Rc: RH2 Engineering—insurance confirmation and certificates Portable Generator Set for Water Utility Project# WTR-27-2880 Dear Mr. Wilson, I have completed the Insurance information Form and the certificates of insurance as you requested in your Exhibit D. Two of the questions on the form were answered NO, the policy for R142 is written on a Business Owners form and it is not possible to add all of the traditional ISO coverage forms. The Business Owners form is written utilizing very broad language and incorporates many of the coverage features provided in the individual forms. Most of the wording of the CGO043 is incorporated into the General Liability coverage form that is on the policy. The CGL General Aggregate provided on a "per Project Basis" (CG2503) only applies to contractors, as a design professional, R112 is not eligible for this coverage form but they do have the CG2504 which is the General Aggregate provided on a"per Location Basis". In addition, they also have a$2,000,000 Umbrella Policy which should be adequate to meet your requirements. If you have any questions please feel free to give me a call. Sincerely, Allen H. Pugitt, CPCU, ARM SENT BY.; SAMMAMISH INSURANCE; 425 836 2865; OCT-26-00 4:19PM; PAGE 3/4 mn e > :e :,,:. f,E; i £: > x<; ISSUE DATE ..(NMADM'I 77= a . . , h;: i i k Y �•�� C'i� j�ye xatt 3s. >»f 2r fir �Y9 .ti`3' � O( `c ��.A' /"�f'®£ri ) r6+ � r l° t x F< ti, 3 <>; :.<; i:. -x>.v. f .>.,....�:+1.a.ar,... :N- ...... .6/.?... `�:;;•>::zxi:�rxa<«.,i<c:»<:xa•.-•-�': set THIS CERTIFICATE IS ISSUED AS A NATTER OF 1NFORI�AATION ONLY AND PRODUCIM CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Samma111ish Insurance, Inc• DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THP POLICIES BELOW. __ 704 228th Ave NE, p eammamish, WA 98053 COMPANIES AFFORDING COVERAGE ... ........ .... ....... 898-8780 F: (425) 836-28 - - (425) coMP""Y q CNA Insurance Co. LETTER ...... ........ LETTER B CNA Insurance Co. _.. INWARD ....COMPANY RH2 $ngineering, Inc. l� LETTER 12100 NE 195th Bt. , #100 ANY Bothell, NA 98011 LETTER D cOOPANY E LETTER 77 nr 17 .y.. t g � 2 >J QRJ ,q..:�.�5...4 f: 1V...:..:.' .I i' ..5...:.1.. n...... gv✓.. 0 NAMED ABOVE FOR THE CY ANCE W HAVE BEEN ISSUED TO THE INSURF ITHIS IS TO NDICATED,CERTIFY T TH9 ANU GPAOnILvCIREEQO REQUIREMENT. TERM to DCON010T ON OF aNY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICHCH THIS CEFlTIFICATE MAY BC ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. LAM [J(CLUSIONS AND CONDIT1nNS OF SUCH POLICIES.. SHOWN MAY HAVE BEEN REDUCED BY A POLICY 11FECTNL ;rpllCY OIPf1AT-Y) CO TYK OF INOURANC! ....POLIICY NUWSR .._... DATL (MMrODA"n DATi(MMlDDIYY) .. LTA ..-...... 5... ........ _ GENERAL AGGREGATE :i 2,0 0 0,O O A GEMM AL IlA LM PRODUCTS �AGG .i 2 000 00 g ;coMMERCIAL GENERAL LIABILITY 1154T8TS4 pERSp„AL S 1 0 0 0 00 0 COM !<AOV INJURY �..... CLAMS MADE X `:OCCUR. : 0 S J 16/9 8 0 8/ 160. EACH OCCURRENUCE i 1 0.0.0, ...... OWNERS 6 CONTRACTORS PROT. FIRE DAMAGE(Any orr*a) S 5 0 000 ....... x stop....aap.. -....._... ....; MFD.EIPENSE(Any one pemnYS 5 10 66 ......... .... ......... ED 4 GLC _..__. COM .._.... &N W ' ...... s 1, 000,000 ....AUTOND"A LIABLLRY LIMIT A; ANY AUTO 11S4T879d :ALL OWNED AUTOS 0 8/16/9 8 0 8/ 16/ 01 SOD LY IN i (Per pDOWNNn) ..... ....... i :SCHEDULED AUTOS 1 BODILY INJURY ........: S a X HIRED AUTOS ;(per awenU ]( `NDN OMR4ED AUTOS GARAGE uABILm PROPEHIY DAMAGE S __.. _... _ EACH OCCUnaFNCfi 3 2,00 0, FARM 115478794 .0 8/16/9 6 0 6/ 16/ O 1:AOcc r�r`Tt s 2, 000, 000 : A:. % ua LA . OTHER TMAN UMBRELLA FORM ............._.............._... _......_........... .... TORT LIMITS _..._. .. WOASEA'S COIrM$ATION EACH ACCIDENT ........ AND DISEASE-POUCY LIMB i . ........ ...... OlLAYlAS'LIAl,LLfTY : `:DISEASE-EACH EMPLOYEE .i ......__.-. ........_. .............. ......... OTHER ' Each Claim 2,000,00C B Professional AEN 4312321 05/29/99 05/ 29/ 01 Aggregate 2, 000,00( :Liability _... DEBCArTON or OP0AT10N9ILOCAT0wWmcLZ&W=U1L ITWO TThe City of Renton and its officials, agents, employees an vects olunteers are adds& as ddition27-28sorportableeGeneeratorrgetofor by the named insuredProject <:,: SHOULD ANY OF THE ABOVE DESCRIDCD POLICIES BE CANCELI FO BEFORE THE EXPIRATION DATE THERLOF. THE ISSUING COMPANY WILL t MAIL 45 DAYS WRITTEN NOIICE TO THE CERTIFICATE HOLDE R NAMED TO THE.City of Renton ` LEA Attn: J.D. Wilson ?. 1055 South Grady way ""wT10"CM' "LD"PArn" Renton WA 9 8 0 5 5 F Lf Via , SENT BY: SAt,MAMISH INSURANCE; 425 836 2865; OCT-26-00 4:20PM- PAGE 4/4 4ROM RH2 ENGINEERING PHONE NO. : 4253982774 Oct. 25 2000 04:21PM P5 CITY OF RENTON INSURANCE INFORMATION FORM FOR: PQrtable Generator Set far Water Utility PROJECT NUMBER:WTR-27-2880 STAFF CONTACT: J.D. Wilson Certificate of Insurance indicates the coverage/limits Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? Yes ❑ No The Commercial General Liability policy form is an Yes ❑ No ISO 1993 Occurrence Form or Equivalent? (If no,attach a copy ofrhe policy with roquiycd covtrugcl clearly identified.) CG 0043 Amendatory Endorsement provided?* ❑ Yes No General Aggregate provided on a"per project basis (CG2503)?*❑ Yes No Additional Insured wording provided?* Yes ❑ No . Coverage on a primary basis and non-contributing basis?* ® Yes ❑ No . Waiver of Subrogation Clause applies?* Yes ❑ No Soverabiliry of Interest Clausc (Cross Liability)applies? Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No ` To be shown an certificate of insurance AM BEST'S RATING FOR CARRIERS: GL A XV Auto A XV Umb XV Professional i. A XV This Questionn6re is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON,at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder/proposer prior to execution of contract. Saminamish Insurance, Inc. Allen H. Fugitt, CPCU, AKM Agency/Broker Completed By 5ype or Print Name) 704 128eh Avc NE, PMB 373, Sammamish, WA 98074 Address eted By(Signature) Allen H_ Fugitt, CPCU, ARI (425) 698-8780 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE Formblo Generator Sot for Wamr Utility - 18- 704 228"'Ave NE, PMB 373 Sammamish, WA 98074 Sammamish (425) 898-8780 FAX (425) 836-2865 Insurance Inc. C Email: Allen_Fugitt@email.msn.com . Fcqx RECEIVED OCT 3 0 2000 CITY OF To: City of Renton From: Allen H. Fugitt, CPCIITAR1MsRs EMON Attn: J.D. Wilson Fax: 425-430-7241 Pages: 4 Phone: 425-430-7295 Date: 10/26/00 Re: RH2 Engineering Certificates of Insurance CC: RH2 Engineering, Inc. Project WTR-27-2880 Attn: Caroline Kepner ❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle • Comments: Attached is a certificate of insurance and your completed information information form along with a letter explaining any negative answers on the insurance information form. If you need any changes to these forms, please let me know and I will take care of it right away. I will mail the originals of the documents to you today. r WENG IN R N N E RNTISTS RECEIVED DEC - 1 2000 CITY OF RENTON December 5, 2000 UTILITY SYSTEMS Mr.JD Wilson P.E., Civil Engineer III RH2 ENGINEERING, INC City of Renton 5th Floor http://www.rh2.00m 1055 S Grady Way Renton,WA 98055 mailbox@rh2.com 1.800.720.8052 Sent Via:Fax&U.S.Mail WESTERN WASHINGTON Subject: Portable Generator Set for Water Utility Recommendation and Options 12100 NE 1951h St.Ste 100 Bothell,WA 98011 Dear JD: (tell425.951.5400 This letter presents choices and information to be used by the City for selecting a portable engine generator that will be used by the Water Department as a back up power supply at (fax)425.398.2774 their water pumping stations. In preparing this letter, we calculated the kilowatt requirement for five of the City's most critical water pump stations to determine the size of the generator that would best fit the City's existing needs. The five pump stations EASTERN WASHINGTON reviewed were Houser Way, North Talbot, South Talbot, Well 8, and Wells 123. From the calculations, we prepared a Table of Alternatives that can be used by the City in 300 Simon Street SE,Suite 5 making a selection of the size of generator to be purchased. This letter also includes estimated costs for a 400kw and 500kw generator set with optional features and their East Wenatchee,WA 98802 associated costs. (tel)509.886.2900 Sizing Criteria (fax)509.886.2313 As you can see from the attached Table 1, we determined the kilowatt requirements at each of the above-mentioned pump stations under various operating and starting conditions to deterne the highest kilowatt load requirements. To perform the KITSAP PENINSULA mi calculations we used Onan GenS1ze96 generator sizing software to calculate running and 600 Kitsap Street,Suite 101 starting kilowatt power under the various situations and we selected generator sizes that indicated a running load of less that 75 percent of full capacity. This provides a 25 Port Orchard,WA 98366 percent safety factor to account for unexpected loads and it also follows most generator manufacturer's recommendations for sizing generator loads that include starting of large (tel)360.876.7960 motors. Table 1 shows that a 400kw generator set will meet 15 of the 22 (68 percent) possible load conditions that were reviewed in this letter. A 500kw generator set will meet (fax)360.876.7988 all the load conditions that were reviewed. 12/05/00 10:27 AM J:IDATA\REM100-I 15Utecommendation Itr to JDWilsonl.doc Mr.J. D. Wilson P. E. December 5, 2000 RAP Page 2 Standard Features and Available Options With this letter we included a preliminary copy of the specifications for a portable engine generator set permanently mounted on a triple axle trailer. This preliminary specification represents a typical engine generator set with standard operating features. Below is a list of available options that the City may want to consider when making their final selection. This list includes a description of the option, its potential benefit and its cost. Description of Option Benefit Cost Quite-Site Sound Enclosure — Lower noise levels/less complaints from $33,000 More if a lower Lower the noise output of the nearby residents. dB (A) is desired. engine/generator from 90 dB(A) to 73 dB(A) at approximately 23 feet from generator. Phase and voltage selector Engine/Generator could be used at $3,000 to $6,000 switch to allow for various facilities that required voltages other dependent on options. voltages. than 480 volt, 3-phase power. Cord and quick disconnect Offers better monitoring capabilities. $500 for connection to connectors for connection of generator and cables. engine generator alarms to the $300 to $500 per site for City's telemetry system. (I.E. modification to telemetry generator trouble, generator fail, panel and program to generator run, low fuel, and accept quick disconnect intrusion.) connector. Power and Control Cable Easy access for termination of power $300 to $1,000 dependent termination box to be used for and control cables at one centrally on number and type of quick disconnect connection to located box. connections. various devices (I.E. battery charger, block heater, telemetry, etc... Battery charger Maintains battery voltage for $400 dependable starting power. If battery charger not provided on unit then an alternate method of keeping the battery charged will need to be implemented. Larger fuel storage tank. Offers longer run times without To be determined based refueling. on desired increase in size. Skid-mount engine generator Cost saving $17,000 cost saving Other options and features are available;however,we determined that none of the other options offered a significant advantage to the City. A copy of available options for a typical engine generator has been enclosed for your review. 12/05/00 10:27 AM J:\DATA\PEN\I00-I WRecommendation Itr to JDWilson Ldoc Mr.J. D. Wilson P. E. December 5,2000 Page 3 Costs The following prices were provided to us for budgetary purposes from Cummins Northwest in Renton, Washington. These numbers should represent approximate costs for purchasing a portable generator as specified in the preliminary specifications. • 400kw Diesel Powered Generator trailer-mounted with main breaker and 24-hour fuel tank - $65,000.00 • 500kw Diesel Powered Generator trailer-mounted with main breaker and 24-hour fuel tank - $74,000.00 Summary This letter is submitted to you for your use as a tool for making the best selection of a portable generator set for the given application. We will use your feedback from this letter in preparation of the first draft of the specifications and cost estimate. We have made every attempt to include all information necessary for making an economical and wise choice in the purchase of this item; however, if it appears that additional information or detail is required please contact us to discuss. We have attached a selection form for your use in identifying to us the desired size and options that should be included in the specifications. RH2 Engineering is prepared to have the final specifications to your office on January 3, 2001 for bid book preparations by the City. In order to keep on this schedule we would like to have a response from this letter including the selection form by the end of the day on December 11, 2000; however, other arrangements can be arranged if the City needs additional time. We appreciate the opportunity to provide engineering services to you for this project. If you have any questions or concerns, please feel free to call. Sincerely, RH2 ENGINEERING, INC. Mark Miller Enc.: Table 1 —Engine Generator Sizing Alternatives Generator Selection Form Draft Specifications Typical Engine/Generator Options 12/05/00 10:27 AM J:\DATA\REN\I00-115\Recommendation Itr to JDWilson I.doc CITY OF RENTON-Water Department Portable Generator Purchasing Project TABLE 1 -ENGINE GENERATOR SIZING ALTERNATIVES STATION Load EG SIZE kW 20 hp 30 hp 40 hp 50 hp 125 hp 150 hp 200 hp 250 hp 5kw 10kw 12kw 5kva 7.5kva 25kva 50kva 75kva X x 100 Houser Way x x 300 x x x 300 2 X 500 X X 300 Wells 1-2-3 2 x 400 3 X 500 Well No. 8 x x x 300 x x x x 100 x x x x x 200 South Talbot Hill x x x x x 400 X X x X x 500 X X X X X X 500 X X X 100 X X x 300 X X x x 300 X X X x 300 North Talbot Hill x x x x 500 X X X X 400 X X x X 500 X X X X X 400 X X X X X 500 Prepared by: Mark Miller, RH2 Engineering, Inc. 12/4/00,4:37 PM Page 1 j:\data\ren\100-115\Sizing Alternative Chart.xls,O&M Manual CITY OF RENTON -Water Department Portable Generator Purchasing Project Generator Selection Form Please use this form to select the size of generator and the desired options. Generator Size Selection 400 kW Diesel Generator mounted on a trailer with main breaker and 24-hour fuel storage tank. 500 kW Diesel Generator mounted on a trailer with main breaker and 24-hour fuel storage tank. Features and Options a Quite-Site Sound Enclosure to lower the noise output of the engine/generator from 90dB(A) to 73 1,1 dB(A) at approximately 23 feet from the generator. Phase and voltage selection switch to allow for various voltages. If selected please indicate the voltages, configurations and phases desired. ,J Cord and quick disconnect connectors for connection of engine/generator alarms to the City's telemetry system for monitoring the status of the generator from a remote location. Power and Control Cable termination box El Battery Charger ElLarger fuel storage tank. If selected please indicate the increase in capacity that is desired. LJ Skid-mount for installation on trailer system provided by City. E3Other, please explain. PowerCommand TM Control with AmpSentryTM Protection • Menu-driven digital display screen with"tactile feel"selection switches • Comprehensive display of engine data and alternator data • Message prompts identify faults and supply troubleshooting codes • Distinguishes sender failures from actual faults to prevent nuisance shutdowns • Four customer-selected alarms to prompt warning or shutdown messages ` • Integrates automatic voltage regulation and engine speed governing f • Digital starting control provides functions for fuel ramping,fail-to-crank, . m¢ temperature dynamic governing, digital excitation control and cycle cranking �:.:. • Alarm and status output contacts for customer application • Control components selected and integrated to withstand the vibration levels typical in a generator set application ns � • AmpSentry1m Protection guards the electrical integrity of the alternator and power system from the effects of overcurrent, over/under voltage, over/under frequency and overload conditions. ❑ Standard Control Description • Remote Starting,24 volt,2 wire AC Alternator Data • Magnetic Pickup Failure (or communications link) •AC Voltage Line to Line • Emergency Stop • Digital Display Panel •AC Voltage Line to Neutral • Sealed Front Panel,gasketed door •AC Current by Phase Warning Functions (Pre-Alarm) • Panel Back—lighting • AC Kilowatts • Low Oil Pressure •Cycle Cranking Control,with selectable •AC Kilowatt Hours • High Coolant Temperature number of cycles,"cranking"and"off" •AC Power Factor • Oil Pressure Sender Failure time periods Engine Data •Temperature Sender Failure • Idle Mode Control • Over Current • Self Diagnostics and Circuit Board • Engine Oil Pressure Diagnostic LED's • Engine Coolant Temperature • Low Coolant Temperature •Separate Control Interconnection Box • Engine Oil Temperature • Overload,with Load Shed Contacts Selector Switches • Engine RPM • Low Fuel—Day Tank • Run—Off—Auto Switch • DC Battery Voltage • Low DC Voltage • Emergency Stop Switch • Engine Starts Counter • High DC Voltage • Reset Switch • Engine Running Hours . Weak Battery • Menu Switch Shutdown Functions (Failure) • Up to Four Customer Inputs • Voltmeter/Ammeter phase selector Engine Shutdowns switch with phase and scale indicating • Low Oil Pressure ❑ Optional Network lamps • Low Coolant Level Communications • Panel Lights switch,with 10 minute auto (can be set for alarm only) • EchelonTm LonWorksTM multidrop switch off • High Coolant Temperature communication network up to 5000 Analog Meters •Overspeed feet(1523 m)in length • Analog%of Current Meter(Amps) • Fail to Crank •Allows for local and remote •Analog%of Load Meter(kW) communications with Onan •Overcrank PowerCommand network products • Analog AC Frequency Meter AC Alternator Shutdowns • Power system monitoring and control • Analog AC Voltage Meter • Low AC Voltage using Onan PowerCommand software • High AC Voltage • Flexible for interface with other • Underfrequency manufacturers'control and monitoring •Over Current systems •Short Circuit Generator Set Options Control Panel Generator Set Engine ❑ Detector 12 control ❑ Main line circuit breaker ❑ Heavy-duty air cleaner ❑ Remote fault signal ❑ AC entrance box with safety element dry contact relay package ❑ Battery charger,equalizer,float-type ❑ 208/240/480-volt 4000 W coolant heater ❑ Run relay package ❑ Batteries UL—(thermostatically controlled) ❑ Control anti-condensation ❑ Spring isolators ❑ 120-volt 300 W tube oil heater space heater ❑ Remote annunciator panel ❑ 208/240-volt 300 W tube oil heater ❑ Fuel-pressure gauge(engine mounted) ❑ Paralleling accessories ❑ 480-volt 300 W tube oil heater ❑ Exhaust pyrometer ❑ Weather-protective enclosure ❑ Fuel/water separator Fuel System with mounted silencer ❑ 75 amp battery charging alternator y ❑ 2 year standby warranty ❑ Bypass oil filter ❑ 225 gallon(852 titer)Sub-base tank ❑ 2-year prime power warranty' ❑ 760 gallon(2877 liter)Sub-base tank ❑ 5-year basic power warranty Cooling System ❑ 49 gallon(184 liter)In-skid day tank ❑ 5-year comprehensive power warranty ❑ Remote radiator cooling ❑ Day tank rupture basin ❑ 10-year major components warranty` ❑ Heat exchanger cooling ❑ Export box packaging Exhaust System — Alternator ❑ Ground Fault Alarm ❑ 1050 C Rise alternator ❑ Industrial-grade exhaust silencer ❑ 800 C Rise alternator ❑ Residential-grade exhaust silencer 'Available in North America only. ❑ Anti-condensation heater ❑Critical-grade exhaust silencer DFFB PowerCommand GenSet Specifications May Change Without Notice. Onan Corporation 3/95 Bulletin DPC-500B Division 16 DRAFT Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. 2. Drawing of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: • Engine make • Number of cylinders • Bore (in inches) • Stroke (in inches) • Generator make and type • Generator electrical rating, kva • Cubic inch displacement 0 Fuel oil consumption • Exciter and type • Horsepower at rated load • Enclosure size, exterior dimensions. 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All products shall be UL labeled. J:\DATA\REN\100-115\SPECS\TechrkalSpecs.doc 16-1 12/4/00 3:25 PM City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set 16.4 Circuit Breakers Molded case circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. All ratings are to be clearly visible. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated in this document. Circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.5 Portable Standby Diesel Engine Generator System A. General Provide one self-contained, exterior rated, trailer-mounted, standby engine generator system to operate the load criteria listed in the rating section of these specifications below during prime power failure conditions. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. The diesel engine will be operated between the approximate elevations of 0-500 feet above sea level and shall meet all performance requirements specified herein when installed at that altitude. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial products with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product, which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized electrically, and moving parts, which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. 12/4/00 3:25 P\4 16-2 1:\DATA\R N\100-115\SPB.CS\'I'echnicalSpecs.doc City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set The portable generator system shall be Onan/Cummins or equal with an engine manufactured by Cummins or approved equal. B. Rating Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. Engine- generator power output rating is estimated for bidding purposes at * To be provided later* (standby rating) at a speed not exceeding 1,800 rpm. Bidders evaluation of rating shall be included in the submittal package. Engine generator set sizing shall meet the following criteria: * To be provided later* The engine generator set shall be sized to overcome any loss of power due to excessive backpressure caused by a critical silencing exhaust muffler that will be required to meet the maximum noise level allowable as specified elsewhere in this document. C. Electric Starting System Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed, which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 90 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Batteries shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. D. Cooling System Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 122 degrees F ambient temperature. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of—20 degrees Fahrenheit. :ADATA\REN\100-115\S131--CS\'I'echnicalSpecs.doc 16-3 12/4/00325PD4 City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set Provide engine mounted, thermostatically controlled water jacket heater(s) for the engine. The heater(s) shall be sized as recommended by the equipment supplier. The heater voltage shall be single phase, 120 volt. E. Air Cleaners Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. F. Governor System An electronic governor providing not more than 3 percent regulation from no load to full load shall control engine speed. A cool down period of 5-10 minutes shall be provided with the engine after termination of load, running at manufacturer's recommended speed for cool down. Provide overspeed trip. G. Lubrication Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. H. Trailer The engine/generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall be rated at 200% of the weight of all installed components plus all fluids, with a 300% impact factor on the wheel and axle assembly. The towing eye shall be rated for 500% of the weight of the completed unit with a vertical weight rating of 60% of completed unit weight. The trailer shall have tandem axles with electronic surge brakes rated for highway speeds. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Axles shall be industrial quality, designed for the trailer rating shown above. Tires shall be transport type, mounted on steel wheels with chrome wheel covers. Axles shall use a double row tapered roller bearing. The trailer shall have a fuel tank mounted below the engine assembly. The trailer shall have the following accessories: • Front retractable deadstand 12/4/00 3:25 IINI 16-4 j:ADATA\RI'_'N\100-115\SPF�CS\TechnicalSpecs.doc City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set • Rear license plate holder • Fenders, bumpers with recessed lights, hub caps • Two safety chains with grab hooks • ICC safety equipment (reflectors, Stop/turn/tail/license lights) • Cable storage cabinet size? • Spare wheel, tire and carrier • Double rear load leveling jacks • Exterior flood light (switched) and rotating emergency beacon • Control panel light (backlight and flood light) The enclosure shall have the following accessories: • Exhaust silencer mounting brackets • Oil,water and fuel drains outside the housing • Fuel filler with locking cap I. Sound-Attenuated Enclosure The engine/generator system shall be provided with an exterior rated, sound-attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. The enclosure shall comply with the NEC and NFPA for interior clearance of all components, and ICC rules and regulations for road-legal towing trailers. The enclosure shall be formed steel designed to withstand all wind and towing loads without deformation. All access doors shall be lockable and equipped with intrusion alarm systems. The housing shall be factory installed and allow easy access to the engine- generator and the control panel. Enclosure doors shall not be wider than 36" each to allow for convenient access to the enclosure interior. Side and end panels shall have louvered doors to allow access o the interior equipment, and shall allow removal and replacement of all serviceable items without removing the enclosure. The entire enclosure and skid assembly shall be treated with an electro-deposition primer process prior to finish painting for maximum durability. The set shall be equipped with adequate lifting eyes. The sound attenuated enclosure shall provide a sound level at full load no greater than 90 dB(A). This sound level will represent the average measurement taken at eight points located equidistant, 23 feet from the set at full load. J. Exhaust System Muffler shall be rated as necessary to comply with the noise emission requirements listed under the sound-attenuated enclosure, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. Muffler shall be entirely mounted within sound-attenuated enclosure. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. The tail pipe shall extend to the plane of the trailer bumper, but not beyond. A rain skirt or other weather protective device shall be j:ADATA\RI�N\100-115\SPECS\TechnicaISpecs.doe 16-5 12/4/00 3:25 P,AI City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set mounted over the roof penetration. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendation for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. K. Fuel System General Engine shall operate on a commercial grade of distilled No. 2 Domestic burner oil. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam- driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection, shall be same length for all cylinders. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking, any fuel line connections, or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. Provide a single-wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The tank shall be sized to allow 24 hours of continuous full load operation. The tank shall be especially constructed for mounting in this location by the engine and during installation and transport. The tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be hydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines, and a drain line routed through the steel base plate. Slope tank to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. Provide a secondary fuel containment enclosure underneathe the fuel tank sized to contain a full tank rupture. Provide fuel feed line valved at engine. Provide fuel return line shall that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. i 12/4/00 3:25 PiNI 16-6 ):\DATA\REN\100-115\SPECS\"1'echnicalSpecs.doc City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set 7. AC Current Meter (Amps) 8. Load Meter (kW) Alarm panel shall have a reset push button for acknowledging alarm conditions, and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. N. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosure shall be of manufacturer's standard color. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. O. Generator Generator shall be a revolving field, 4-pole brush less connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. Generator shall meet the following requirements: • Standby rating—*To be determined* • Voltage—480/277 volts • Phase—3 phase • Frequency - 60 Hertz • Insulation— Class H • Wiring— 12 lead reconnectable • Ambient Temperature— 104 degrees F Allowable temperature rise in the generator shall not exceed 257 degrees C over 104 degrees F ambient temperature. Generator shall have a three-phase, full wave rectified exciter and be suitable for starting as listed in Rating section of these specifications. Output waveform deviation shall be less than 0.6 line-to-line and less than 0.6 line-to-neutral per NEMA MG1-22.42. Telephone influence factor shall be less than 50 per NEMA 1\IB1-22.43. P. Voltage Regulator Engine-generator unit shall have a steady state voltage regulator. Transient voltage dip shall not exceed 15 percent of rated voltage with a sudden application of rated load. Recovery of rated steady state conditions shall occur within 2 seconds following the load change. Supply generator with a voltage level control to provide an adjustable output voltage of±5 percent. Mount voltage control device on engine control panel. Q. Switch Gear 12/4/00 3:34 PNI 16-8 J:ADATA\1tE.N\100-115\SPECS\Technica1 Specs.doc City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set Provide generator switchgear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set, mounted and wired, UL listed, molded case thermal-magnetic type, rated "to be determined." Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator over current protection. The circuit breaker shall be provided with double lugs per phase for connection of 4/0 power cable. The circuit breaker shall be mounted curb side. R. Special Tools A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. Include a hydrometer and two-pronged battery voltineter. Store in the cable box. S. Spare Parts The following spare parts shall be furnished: • 3 Sets fuel filter elements and gaskets • 3 Lubricating oil filter elements and gaskets • 3 Air cleaner filter elements • 2 Complete sets of V-belts including fan and alternator drive belts T. Equipment Operating Manuals Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. U. Delivery The supplier shall deliver the generator set to the field-testing site within the City of Renton. After the field-testing is complete and accepted, the generator set shall be delivered to the City of Renton shops located at 2055 NE Second Street. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. The fuel tank shall be delivered to the city shops completely full of fuel. V. Factory Test Engine generator unit shall be tested at manufacturer's plant before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. j:ADATA\RI31V\100-115\SPI�CSV"I'echnicilSpecs.doc 16-9 12/4/003:34P\1 City of Renton January 2001 City of Renton Division 16 - Electrical Portable Generator Set W. Field Test Upon completion of unit installation, carry out running tests. Operate engine for a period of not less than 2 hours, in which 5 starts of the engine generator set shall be made and power supplied to motor(s) and pump(s). Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, a qualified representative of the engine manufacturer shall make final adjustments to equipment. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. Owner's representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. X. Guarantee The engine generator set, switch, shall be guaranteed for 2 years or 1,500 hours operation from date of start-up service and acceptance, whichever occurs first. 12/4/00 3:25 IINI 16-10 J:\DATA\RF N\100-115\SP13CS\'I'echnicalSpecs.doc 1 Sent by: NC POVJER SYSTEMS 42525164233 11127,100 16:49; JetFax #287;Page 1 N C 'POWER SYSTEMS CO. m. 17900 W.Valley Hwy, Seattle WA 98138 Fax No. (425)251-6423 Phone No's. (425)251-6437, (800) 562-4735 i FAX TRANSMISSION SHEET Date: l/ Z 7 U Page 1 of Company sent to: � �� From: WIL DUTT Person sent to: �(� d Subject: ?,5�O Fax no. sent to: -1SO i Sent by: NC POWER SYSTEMS 4252516423; 11 /27/00 16:50; ,Jew #2B7;Page 2/11 I XQ Line ERPILLAR' Rental Package i Sound Attenuated 350 kW 225 kW 113 kW FEATURES Prime Power including 10%overload ■ ENCLOSURE.—SOUND ATTENUATED RELIABLE* FUEEEFFICIENTpIESEL Made with.12 gauge steel. Includes single The.compper,four,�yako cycle diesol.a ill nglrt,a point lifting eye. Sound levels. (ow 70s dbA conibines;durability r. rr)lnimum v+relght 7 m (22 ft) at no load. See chart on page 2 while providing depandabi ityand.�aconomy for specifics. Gen Set/EMCP ll Repower Kits• available for repower. ■ MULTPVOLTAGE DISTRIBUTION PANEL. WITH LOCKAALE DOOPS , ■ RUGGED DESIGN FOR RENTAL Rust free hinges-on s{de pPenlrra dao.rs ENVIRONMENT Adequate space for 1 9 end plug FonnectlQr} Packages designed to survive in rugged and without mferfererGe whet►dpor Is clod maintenance-starved environments.. w EPA_ANP CARB . E IFIEO ■ EMCP II CONTROL PANEL "XQ226 antl,Xa35o'eiiiission.certifad Shock mounted with panel lights. road jnobile applicatioga. (3Ca125 does pot require C90ificattons� A 7, fFA IME ■ 3 == =' �uw"�"" To . -- =_ - 9 -cs I Arrangement shown with optional trailer with pintle hitch. XQ350, CATERPILLAR 3406 ENGINE X0125, CATERPILLAR 3304 ENGINE 1-6, 4-Stroke-Cycle Watercooled Diesel 1-4, 4-Stroke-Cycle Watercooled Diesel Bore—mm (in) . . . .. .. . . . . . . . . ... . . . ... . 137 (5.4) Bore—mm (in).. . . . . . . .. .. . . ...... . . . . 121 (4.75) Stroke—mm (in) . . . . . . . . . . . . . ... ... .. . . 165 (6.5) Stroke—mm (in) . . . ... ... . .... . .. .. .. .. 152 (6.5) Displacement—L (cu in) . . . . . . .. . . . . .. . 14.6 (893) Displacement—L (cu in) .. . . . .. . . . •.. •.. 7.0 (425) Compression Ratio. . . .. . . . . . . . .. .. . . .. . . . . 14.5:1 Compression Ratio .. .. . .. . . . .. .. .. .. ... . . . . 15:1 Aspiration . . . . .. . .. . .. Turbocharged-Aftercooled Aspiration .. . . . . . . .. . . . . .. . . . . . . . .Turbocharged XQ225, CATERPILLAR 3306 ENGINE Voltages available— Caterpillar EMCP 11 60 Hz 3406 Control Panel 24 Volt DC 120/208,277/480, 600, Control 1-6, 4-Stroke-Cycle Watercooled Diesel 139/240 Vibration isolated Bore—mm (in) . . . . . . . . .. . . .. . . . .. . . . . . 121 (4.75) 330643304 NEMA 12 enclosure 120/208, 139/240, Dead front Stroke—mm (in) . .. . . . . . . . . . . . . . . . . . . . . 152 (6.0) 277/480, 600 Lockable hinged door Displacement—L (cu in) . . . . . . .. . . . . . . . 10.5 (638) (Adjustable a minimum Generator instruments Compression Ratio . . . . . . . . . . . .. .. . . .. . . . . . . 15:1 Some voltages require meet ANSI C 39 1 Aspiration . . . . . . . . . . . .Turbocharged-Aftercooled derating. Sent by: NC POWER SYSTEMS 4252516423; 11 /27/00 16:50; JetfX 9287;Page 3/11 CATERPILLAR" XQ LINE RENTAL PACKAGE STANDARD EQUIPMENT �T Generator Set Package Receptacles with Individual Circuit Breakers Air cleaner, dual element 1 - 240V, 50 amp Alternator,charging battery and mounting 2- 120V, 15 amp duplex Base, fuel tank skidable, 8 hour min., 2- 120V, 20 amp twist lock full load fuel capacity Remote start/stop contacts Breather,crankcase oil, lubricating Main Circuit Breakers EMCP II control panel Current transformers,hard mounted Enclosure, 12-gauge steel built-in quick change 240l480V with foam sound suppression voltage board on XC350 Fuel level gauge Separate 240V and 480V bus bar sets on X0225& Generator with VR3 voltage regulator XQ125.wifh both voltages available simultaneously Guards, protection 240 and 480V or 600V,CSA approved alternator, fan, belts Radiator, 50 F OPTIONAL EQUIPMENT coolant,50% glycol Turbocharged-aftercooled on XQ225&XQ350 Trailer with adjustable hitches on XQ225&XQ125 Turbocharged on XQ125, 524 Air inlet shutoff Woodward electronic 524 governor on XQ225 &X0350 Battery charger Distribution Panel CSA approval Bus bar connections Jacket water heater easy access for connections through bottom of Space heater unit, even when it is lowered to the ground Trailer with pintle hitch an X0350 Lockable doors Woodward electronic 1724 governor for side hinged lockable doors with rust-free pinned "crystal sync" operation on X0125 hinges. Designed with adequate space to allow for connection of the 250 volt twist lock plug with the door closed. TECHNICAL DATA 3406,3306,3304 Generator Sets X0350 X0225 XQ125 , Engine 3406 3306 3304 Prime power rating (w/10%overload) @ 0.8PF with fan kW 350 225 NA Prime power - - 113 Engine horsepower hp 519 316 167 Aspiration TA TA T Dimensions with Trailer I Length mm (in) 6147 (248) 5385(221) 5385 (220) Width mm (in) 2388(95) 1956 (75) 1956(75) Height (with lifting eye) mm (in) 3531 (140) 2612 (103) 2612 003) Shipping weight(wet) kg 0b) 6356(14 000)4990 0 1 000) 4404 (9700) Engine lubricating oil capacity L(qts) 37.9 (40.0) 29.0 (31.0) 21.8(23.0) Engine coolant capacity w/radiator L(gal) 89.1 (23.5) 45.5 02.0) 31.8(8.4) Fuel tank capacity L(gal) I 758 (200) 530 (140) 530 040) Fuel consumption prime + 10% load with fan Uhr(()ph) 100.8(26.6) 66.2 117.5) 38.1 (10.1) Fuel consumption (100% prime) w/fan Uhr(gph) 92 (24.3) 59.9 (15.8) 34.2 (9.0) i Fuel consumption (75% prime)w/fan Uhr(gph) 70.4(18.6) 44.8(11.9) 24.9 (6.6) Running time @ 75% prime hr 10.8 11.8 21.2 Sound level- Prime +10% dbA 74.1 72.3 68.8 Prime @ 7 meters dbA 73.2 71.1 68.4 No Load @ 7 meters dbA 69.6 70.8 64.9 I Sent by: NC POWER SYSTEMS 4252516423; 11 /27/00 16:50; Jetrax #287;Page 4/11 XG LINE RENTAL PACKAGE MaTTERPILLARc OffT XQ350 XQ.125& a XQ225 li Length —mm (in) 4445 (175.0) 4039 (159.0) � Width —mm.(in) 1550 (61.0) 1143 (45.0) Height— mm (in) 2743 (108.0) 2210 (87.0) ' (to lifting eye) Enclosure to a building or other obstruction that may restrict 12-g3uge steel is durable, rugged and provides added flow to the radiator. e" sound suppression. Single point lifting arch for easy handling and lifting. c Lockable doors prevent vandalism or unsafe Sound attenuation satisfies customer requirement for operating conditions, quiet rental units. Eliminates noise complaints. Plated hinges, hinge gaskets and stainless steel hardware provide superior rust corrosion protection. Fuel Tank Base Separate vented battery compartment allows easy Full single shift capacity integral fuel tank allows access to batteries which are housed in a maximum operating hours with minimum fuel separate,clean environment for longer life. servicing. Integral structural cross members Vertical radiator and exhaust discharge plenum provide controlled fuel load baffling and weight contributes to sound attenuation performance. transfer during transit. Directs hot air and diffuses radiator discharge and Fuel system filler and gauge group with overflow drain. exhaust gases upward, away from bystander and Fork lift pockets are 10" x 6"to accept largest forks package. Allows for placement of radiator end next for easy handling. Xa350 X0125& XQ225 Length —mm (in) 5144 (202.5) 4788 (188.5) Width —mm (in) 2388 (94.0) 1956 (77.0) Height— mm (in) 870 (34.25) 876 (34.5) (top of fender) With running gear and short tongue L Trailer Option Hydraulic brakes have safety breakaway. Independent trailer frame allows easy removal or Full length fenders with skid tread keep generator installation using the same lifting equipment which package clean, provide safe footing. 3/8"dia. handles the generator package. Trailer package is safety chains and forged grab hooks meet Federal delivered road reaoy. Design allows tongue to bolt and Canadian regulations and provide positive directly to frame and be towed away completely means to adjust to multiple towing vehicles for safe srlf-contained. Brakes and lighting do not require transportation. labor to bleed the brakes or reconnect the wiring. Reinforced 5000 lb rated, swivel mounted tongue I.C.C. lighting, license plate bracket and standard jack eliminates tongue distortion and premature mating connector meet Federal and Canadian jack failure. codes for use throughout North America. Parking brake standard on XQ350 and XQ225. Sent by: NC POWER SYSTEMS 4252516423; 11 /27/00 16:51 ; •JetFax #287;Page 5/11 CA ERPILLAR" a LINE RENTAL PACfCAGE DISTRIBUTION PANEL • Locking distribution panel doors for vandal-proof EMCP II (electronic modular control panel) is shock operation or storage.Assures safe operation. mounted in separate enclosure compartment for easy • Distribution panel labeling allows for inexperienced viewing and servicing. Features exterior emergency rental customers to safely identify output voltages. stop button. • Output terminals spaced to allow for multiple output A.C. male receptacles for optional jacket water cable hook-up. Safety cover interlock does not heater, generator space heater,or battery charger allow unit to start unless safety cover is in place. safely provides shore power to keep the generator • Multiple voltage and amperage receptacles with in ready-to-start status. individual circuit breakers for protection. CATERPILLAR - WERPILLAIT ..-,.._s;,. ......:.a.a .ccle._zs..y±:Sr.�;id•aul:' s:,�' e - ► .J. T:• ...r +: T 14 /• e Vic. I ,. y_ 9 Is 12 X0350-240/480 volt distribution panel X0125&XQ225-240/480 volt distribution panel , 1. 600/1200 amp adjustable trip on 240/480V unit 1. X0225: 800A main 240V 2. 50 amp 240V branch breaker XQ125: 500A main 240V 3. 20 amp 240V branch breaker 2. XQ225: 400A main 480V 4. 20 amp 120V branch breaker 400A main 600V 5. 15 amp 120V branch breaker X0125: 250A main 480V 6. 50 amp 240V receptacle 250A main 600V 7. 20 amp 240V receptacle 3. 50 amp 240V branch breaker S. 20 amp 120V receptacle 4. 20 amp 240V branch breaker 9. 20 amp 120V ground fault interrupter 5. 20 amp 120V branch breaker 10. 15 amp 120V duplex receptacle 6. 15 amp 120V branch breaker 11. 30 amp 120V optional jacket water 7. 50 amp 240V receptacle heater& battery charger receptacle 8. 20 amp 240V receptacle 12. 30 amp 120V optional JWH receptacle 9. 20 amp 120V receptacle 13. Remote start/stop contacts 10. 20 amp 120V ground fault interrupter 14. 1/2" ground stud 11. 15 amp 120V ground fault interrupter 15. 100 amp load connection bus board duplex receptacle 0/4 x 4 x 4 bus bars) 12. 30 amp 120V optional battery charger/ 16. Voltage change board shown in low voltage generator space heater receptacle position 13. 30 amp 120V optional JWH receptacle 14. Remote start/stop contacts 15. 1/2" ground stud 16. Dual voltage load connection bus board CONDITIONS AND DEFINITIONS (1/dx4x4 bus bars) Prime-Output available with varying load for an unlimited Fuel rates are based on fuel oil of 36*API(161 C or 60`F)gravity time.Prime power in accordance with IS08528. 10%overload having an LHV of 42 780 kJ/kg 118,390 Btu/Ib)when used at 29°C power in accordance with IS03046/1,AS2789,DIN6271,and (85'F)and weighing 838.9 a/liter(7.001 Ibs/U.S.gal.). ES5514 available on request. Lubricating oil-requires CF-a oil. Rating*are aaood on$AE Jt 5'Ib atanaetra conoition5.Tne5o ravng6 AUditiondl raurigi fray De available Tor specilic customer also apply at IS03046/1. DIN6271,and SS5514 standard conditions. requirements.Consult your Caterpillar representative for details. Materials anti specificorions are subject to change without notice. The International System of Unite ISII is used in this publication. LEHX8045 f 1-96) 0 1996 Caterpillar Inc. Printed in U.S.A. Supersedes LEHX4130 All rights reserved. Sent by: NC P0114ER SYSTEMS 4252516423; 11 /27/00 16:51 ; Jetfa-X #287;Page 6/11 Standard Grade C.AsTERPILLAR" Power Module Using Cat'® Diesel Engine Generator Sets FEATURES ■ CAT®DIESEL GENERATOR SETS ■ RELIABLE, FUEL EFFICIENT DIESEL Factory designed, certified prototype tested The compact,four-stroke-cycle diesel with torsional analysis. Production tested engine combines durability with minimum and delivered to you in a package that is weight while providing dependability and ready to be connected to your fuel and economy. The fuel system operates on a power lines. EPG Designer computer sizing variety of fuels. available. Supported 100% by your ■ CATERPILLARO COOLING SYSTEM f Caterpillar dealer with warranty on parts Sized compatible to rating with energy and labor. Extended warranty available in some areas. The generator set was efficient fan and core. designed and manufactured in an ISO 9001 ■ CATERPILLAR®SWITCHGEAR compliant facility. Generator set and Single unit or optional paralleling components meet or exceed the following components. Circuit breakers, bus bars, and specifications: AS1359, AS2789, ABGSM connection panel ready to connect. TM3, BS4999, DIN6271, DIN6280, ■ EXCLUSIVE CATERPILLAR" EGSA101 P,JEM1359, IEC 34/1, ISO3046/1, VOLTAGE REGULATOR ISO8528, NEMA MG1-22. Three-phase sensing and 1:1 or 2:1 Volts- per-Hertz regulation give precise control, Single bearing, wye connected,static excellent block loading, and constant regulated, brushless permanent magnet voltage in the normal operating range. excited generator designed to match the ■ ISO CONTAINER performance and output characteristics of the Caterpillar diesel engine that drives it. For ease of transportation and protection. Meets ISO/TC104 and ANSI/MH5.1. r i -_ JAWN FACamEs b Sent by: NC POVVER SYSTEMS 42525164231 11 /27/00 16:52; JetFax #2B7;Page 7/11 CATERPILLAR` STANDARD GRADE POWER MOD TILE STANDARD EQUIPMENT OPTIONAL EQUIPMENT (Continued) M: Engine Generator Air cleaner, with service indicator Batteries Digital voltage regulator Battery charger, heavy duty 2:1 volts per hertz VR3Optional voltages 600-4160 Charging alternator Mil Sid 461 B, VDE 875 Level N Filters; fuel, LH with service indicators; Temperature rise detectors lubricating oil Fuel-water separator system Switchgear (40 ft) Insulated muffler CIM, CCM, remote annunciation PSG governor, installed on 3412 Circuit breaker, electrically operated Pump, fuel priming Meters: power factor, KVAR,WM,WNMHM, Radiator synchroscope Service meter Paralleling: semiautomatic or fully automatic ! Standard jacket water heaters Protective Relays: 27, 59, 40, 46, 810, 81 V I Sump pump Engine 2301A governor installed on 3500s Fuel transfer system load share in switchgear Oil fired jacket water heaters Generator Oil level makeup system SR4B brushless, 480 volt, PM excited Special radiators for high or low ambients three-phase with voltage regulator, space heater CATERPILLAR®3412 Engine Container V-12, Four-Stroke-Cycle Diesel Air intake louvers Bore—mm (in). . . ... . . . . . . . .. . . . . . . . . 137 (5.4) Stroke—mm (in) . . .. . . . . . . . . . . . Bus bar access door S • • . . 152 (6.0) Fuel tank w/gauge Displacement—L (cu in) . . . . . , . . . . . .27.0 (1649) Steel deck floor- galvanized Aspiration . . . . . . . ...Turbocharged-Aftercooled 24 VDC lighting CATERPILLAR Switchgear 3508, 3512 and 3516 ENGINES Automatic start/stop with cycle cranking and V-8, V-12, & V-16, Four-Stroke-Cycle Diesel cooldown timer Bore—mm (in).. , . , . . , Auxiliary power connections for • • ' 170 (6.7) Stroke—mm (in) . . . .. . . .... ..•, . . 190 (7.5) jacket water heater, battery charger, Displacement—L (cu in). . space heaters V-8 . . .. . . . 34.5 (2105) . ... . . 51.8 (3158) 2 Battery charger, heavy duty 20A V•1 V-1 . . . . . . 69.0 (4210) Circuit breaker, manually operated Aspiration .. . . . . . . . .Turbocharged-Aftercooled Connection terminals, 3-phase and neutral Synch lights and reverse power relay CATERPILLAR® SR4B GENERATOR 20-foot module, EMCP II generator mounted 40-foot module, floor standing with Type. .. . . Static regulated brushless PM excited EMCP 11 components Construction . . . .. Single bearing, close coupled Three phase . . . .. . . . ..Wye connected— 6 lead OPTIONAL EQUIPMENT Insulation . . . . . . ., . . Class H--2 extra dips and Container bakes on random wound units Enclosure , . Drip proof Cold weather packages Alignment. ... . . ... . ... Custom decals •Pilot shaft Overspeed capability.. . . . . . . . . . . . . . • . _.. 130%Larger fuel tanks Motorized louvers Voltage regulator. . . . _. . . .3-phase sensing with i/Sound attenuation Volts-per-Hertz Voltage regulation .. .. . . . . I . . . . Less than = 1'/0 85 ,5 ddBA at 50 feet Voltage gain . . .Adjustable to compensate for Undercarriage at 50 feet . .engine speed droop and line loss rriage Wave form. .. . . . . . . . .. . Less than 5% deviation TIF .... . . . . . . . . . . . . . . . . .. . . . . . . . . Less than 50 THF. . . . . . . . . . . . . . . . . .. . . . . . . .. . Less than 3% Sent by: NC P011dER SYSTEMS 4252516423; 11 /27/00 16:52; ,JetFax #287;Page 8/11 STANDARD GRADE POWER MODULE LOP.ZATERPILLAR TECHNICAL DATA FInformation 60 H2 600 EkW 90 ) EkW 900 EkW 1250 EkW 1750 EkW 2000 EkW mation 50 Hz 520 EkW 800 EkW 800 EkW 1120 EkW 1600 EkW 1800 EkW 50 Hz 650 kV•A 1000 kV•A 1400kV•A 2000 kV•A 2000 kV-A 2250 kV•A Engine Model 3412 3508 3508 3512 3516 3516 Container size 20 ft 20 ft 40 ft 40 ft 40 ft 40 ft Container dimensions' A A C C CC py 660 gal (2500 L) 25 16.4 Hours of Standard 20 ft operation at 60% 1250 gal (4732 L) — — 31 23 17 15 load factor— Standard 40 ft 3 2500 gal (9464 L) _ _ 62 46 33 30 Optional 40 ft PFRearAxleWith ate I Including kg 9750 13 400 17 250 19 250 22000 24 040ry)— Container Ib 21 500 29 500 38000 42 500 48 500 53000with Set With kg 12250 15900 20000 22000 25700 27670 hgear Undercarriage Ib 27 000 35000 44000 48500 56500 61 000With kg 8850 11 800 12700 14 300 19300 l 18 600 eight Undercarriage lb 19 500 26 000 28 000 31 500 42 500 41 000 "Maximum standoy rating at 1800 rpm "Container Dimensions A w 20 ft STD CAe L 670 cm (240 in) W 244 cm (96 in) H, 259 cm (102 in) H, 381 cm (150 in) r-- 7, 40 ft L 1219 cm (480 in) — —� W 244 c ) H, 290 cm (114 in) H, 411 cm (162 in) NOTE: The container meets or exceeds the following standards and regulations. lS0/TC 104 Requirements for Cargo Containers • ANSI/MH5.1 Basic Requirements for Cargo Containers Maximum allowable weight iroar axles)on interstate ANSI{MH5.1.1 Requirements for Closed Van highways is 34 000 lb for a two-axle chassis and 43 500 lb Containers for three-axle chassis-Typically,a 3516 Power Module nas a The power module must have support under the center rear axle weight of 4e 500 lb. An empty two-axle chassis when set on the ground.The 3516 requires tri-axle chassis weighs 6000 lb(gross)and a three-axle chassis weighs or options in price list, 8200 lb(gross). Sent by: NC POWER SYSTEMS 4252516423; 11127/00 16:52; ,Jew #2e7;Page 9/11 1Rl STANDARD GRADE POWER MODULE MIT ERPILLAR" STANDARD CONTROLS , 12 m (40 ft) containers stop/cooldown for manual operation w- I 480 V/60 Hz, 400 V/50 HZ) cooldown. 'A Floorstanding switchgear includes the Alarm Acknowledge/Lamp Test Switch following functions and features: Three-position, spring return to center 16 switch for alarm acknowledge and lamp ft Electronic Modular Control Panel (EMCP II) test of all discrete indicating lamps. C Components Lamp test shall also sound the alarm Generator Set Control (GSC) horn. - I Monitoring Sequentially rotating, backlit LCD annunciation Circuits 15 display of engine hours, engine rpm, Upon receipt of an alarm or shutdown condition, the horn shall sound and an 30 DC battery voltage, oil pressure, and LED shall flash. Upon acknowledgement water temperature. Includes from alarm acknowledge/lamp test pushbutton to hold display on any switch, the horn shall be silenced and 10 single parameter. the lamp steadied. LED shall be Protection 0 Shutdowns: extinguished when ECS is placed in the Ovdownsd, overcrank, high water off/reset position if the alarm condition 0 has been corrected. Circuits are 0 temperature, low oil pressure, and recurring such that the LED shall flash emergency stop. With LED indicator and the horn sound, should another for each condition.01 Alarms: fault occur even prior to correction of 0 Low coolant level the initial fault. AC Metering Emergency Stop Pushbutton Three-phase volts (L-L), amperes and Mushroom head, twist to reset, causes s frequency with phase select engine shutdown and tripping of the pushbutton, on backlit LCD. Metering generator circuit breaker. Prevents accuracy is 0.5%. engine starting when depressed. Control Automatic starting with field adjustable Manual Paralleling cycle crank, failure to start (overcrank), Controls consisting of reverse power and cooldown timer, relay, synchronizing lights, and switch. Programming and Diagnostics Reverse power condition causes Includes field programmable set-points tripping of the generator circuit breaker, for engine control and monitoring immediate engine shutdown, flashing of variables and self diagnosis of EMCP II indicating lamp, and sounding of alarm system component and wiring failures. horn. Alarm Module Circuit Breaker Flashing LED warnings for: low coolant Fix mounted, three-pole, manually temperature, high coolant temperature operated, molded case circuit breaker (pre-alarm), low oil pressure (pre-alarm), with solid state trip unit for overload engine control switch not in automatic, (time overcurrent) and fault and low DC voltage. Includes alarm horn (instantaneous) protection. Includes DC and acknowledge pushbutton. shunt trip coil activated on any generator set monitored fault. Circuit Engine Control Switch breaker is sized for full load capacity of Snap action rotary switch, four-position- the generator set at 0.8 power factor. off/reset, automatic, manual, Load Share Governor stop/cooldown. Off/reset for engine Electronic load sharing shutdown and resetting faults, g governor with automatic remote starting by customer speed adjust potentiometer, idle/rated contact closure, manual for local switch, and isochronous/droop switch, starting and manual paralleling, Sent by: rIC POWER SYSTEMS 4252516423; 11 /27/00 16:53; JefffiX #,287;Page 10/11 STANDARD GRADE POWER MODULE C�TERPILLARL STANDARD CONTROLS (Continued) Voltage Regulator 6 m (20 ft) containers Standard Caterpillar generator-mounted 480 V/60 Hz, 400 V/50 Hz) VR3 voltage regulator with voltage adjust rheostat mounted in the Standard generator mounted Electronic floorstanding switch gear. Modular Control Panel II (EMCP II) with the following features: Current Transformers (3) Electronic Modular Control Panel (EMCP II) Five-ampere secondary with shorting Components terminal strips Potential Transformers (3) Generator Set Control (GSC) 120VAC secondary with primary and Monitoring secondary fuse protection, two Sequentially rotating, backlit LCD connected to the generator side of the display of engine hours,engine rpm, DC battery voltage, oil pressure, and circuit breaker, one connected to the 'Hater temperature. Includes load side of the circuit breaker. pushbutton to hold display on any Bus Bars single parameter. Three-phase plus fully rated neutral bus Protection bars with NEMA standard hole pattern Shutdowns: for connection of customer load cables Overspeed, overcrank, high water and generator cables. Bus bars are sized temperature, low oil pressure, and for full load capacity of the generator set emergency stop. With LED indicator at 0.8 power factor. Also includes for each condition. ground bus, connected to the generator Alarms: frame ground and container frame with Low coolant level holes for connection of field ground AC Metering cable. Bus bars are accessible from Three-phase volts (L-L), amperes and outside of the power module via hinged, frequency with phase select lockable cable access door. pushbutton, on backlit LCD. Metering Accessory Power accuracy is 0.5%. 3500 Power Modules Control Three 120VAC (60 Hz units) or 230VAC Automatic starting with field adjustable (50 Hz units) shore power connections cycle crank, failure to start (overcrank), and cooldown timer. for jacket water heaters, generator F -Programming and Diagnostics space heater, and battery charger. Includes field programmable set-points Battery Charger for engine control and monitoring 24VDC/20A battery charger with float/ variables and self diagnosis of EMCP II equalize modes and charging ammeter. system component and wiring failures. 4160V or 3300V Power Modules Alarm Module Similar to 480 V and 400 V units except Plashing LED warnings for: low coolant for the following: temperature, high coolant temperature All bus bars are silver plated copper (pre-alarm), low oil pressure (pre-alarm), Generator circuit breaker, 3-pole, engine control switch not in automatic, vacuum type, manually operated and low DC voltage. Includes alarm horn with 24VDC shunt trip. Sized for and acknowledge pushbutton. generator voltage and current ratings. Includes draw-out t overcurrent relay,with instantaneous setting, ANSI device 50/51. Sent by: NC POVIER SYSTEMS 4252516423; 11 /27/00 16:53; ,Jeffix #287;Page 11 /11 CATERPILLAR' STANDARD GRADE POWER MODULE STANDARD CONTROLS (Continued) -' Manual Paralleling Accessory Power Controls consisting of reverse power relay, 3400 Power Modules synchronizing lights,and switch. Reverse (60 Hz units) power condition causes tripping of the One 240 VAC shore power connection for generator circuit breaker, immediate engine jacket water heater shutdown, visual indication, and sounding of One 120 VAC shore power connection for alarm horn. generator space heater and battery Current Transformers (3) charger(50 Hz units) Governor Two 230 VAC shore power connections for 2301A electronic speed control with 3500 jacket water heaters, generator space power modules, mounted in EMCP II with heater, and battery charger. speed adjust potentiometer Bus Bars PSG governor, speed raise-lower switch with Three-phase plus fully rated neutral bus bars 3412 power modules with NEMA standard hole pattern for Circuit Breaker connection of customer load Cables. Bus bars Generator mounted,three-pole, manually are sized for full load capacity of the generator operated, molded case circuit breaker with set at 0.8 power factor. Also includes ground solid state trip unit for overload (time bus, connected to generator frame ground overcurrent) and fault (instantaneous) and container frame with holes for connection protection. Includes DC shunt trip coil of field ground cable. Bus bars are accessible activated on any generator set monitored from outside of the power module via hinged, fault. Circuit breaker is sized for full load lockable cable access door. capacity of the generator set at 0.8 power Battery Charger factor. 24 VDC/20A battery charger with float/equalize modes, charging ammeter and battery voltmeter. Well mounted within the power module. Materials and specification,are suoject to change without notice. The International system of Units-(Sh is used in this publication. LEHX7306-01 PrinteG in VS.A, G 1937 Caterpillar Inc, Supersedes LEHX6113 All rights reserveo. I I ` � �J � �>, �� 1 CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: 12/05/00 TO: Ray Sled FROM: J.D. Wils SUBJECT: Portable G er or Attached for your consideration is an information package from Mark Miller outlining the features available for the portable generator we will be purchasing for the water system. Please let me know what size of generator(400 kw or 500 kw)and features you need. I need your input by Friday,December 8, 2000. Thanks. cc: Abdoul Gafour 12/05/2000 10: 40 509-886-2313 RH2 ENGINEERING INC PAGE 01 rm ItA December 5, 2000 Mr.JD Wilson P.E., Civil Engineer III RH2 ENGINEERING,INC City of Renton 5th Floor . hnp/.h ww.rh2.com 1055 S Grady Way Renton,WA 98055 mailbox®r h2.com 1.eo0.720.e052 Sent Via.Fax 6- U.S. Mail WESTt RN WASHINGTON Subject: Portable Generator Set for Water Utility Recommendation and Options 12100 NE 1951^St,Ste 100 6othtili.WA 9eo11 Dear JD: (lei)425.951.5400 This letter presents choices and information to be used by the City for selecting a portable engine generator that will be used by the Water Department as a back up power supply at (fax)425.38B.2n4 their water pumping stations. In preparing this letter, we calculated the kilowatt requirement for five of the City's most critical water pump stations to determine the size of the generator that would best fit the City's existing needs. The five pump stations EASTERN WASHINGTON reviewed were Houser Way, North Talbot, South Talbot, Well 8, and Wells 123. From the calculations, we prepared a Table of Alternatives that can be used by the City in 300 Simon Street SE,Suite 5 making a selection of the size of generator to be purchased. This letter also includes estimated costs for a 400kw and 500kw generator set with optional features and their East Wenatchee,WA 96802 associated costs. (lei)509.8662900 Sizing Criteria (fax)509.888.2313 As you can see from the attached Table 1, we determined the kilowatt requirements at each of the above-mentioned pump stations under various operating and starting conditions to deternni.ne the highest kilowatt load requirements. To perform the KITSAP PENINSULA calculations we used Onan GenSize96 generator sizing soft-vaxe to calculate running and 600 Kflsep Street,Suite 101 starting kilowatt power under the various situations and we selected generator sizes that indicated a running load of less that 75 percent of full capacity. This provides a 25 Port Orchard,WA 98366 percent safety factor to account for unexpected loads and it also follows most generator manufacturer's recommendations for sizing generator loads that include starting of large (te1)360.876.7%0 motors. Table 1 shows that a 400kw generator set will meet 15 of the 22 (68 percent) possible load conditions that were reviewed in this letter. A 500kw generator set will meet (tax)360.676.7988 all the load conditions that were reviewed. 1\r)ATAVtP.N000.115Vtecommendation ltr to iDWilwnt.doo w o�-b a1 � 12/05/2000 10: 40 509-886-2313 RH2 ENGINEERING INC PAGE 02 Mr.J. D. Wilson P. E. December 5, 2000 Page 2 Standard Features and Available Options With this letter we included a preliminary copy of the specifications for a portable engine generator set permanently mounted on a triple axle trailer, This preliminary specification represents a typical engine generator set with standard operating features. Below is a list of available options that the City may want to consider when making their final selection. This list includes a description of the option, its potential benefit and its cost. Description of Option Benefit Coot Quite-Site Sound Enclosure — Lower noise levels/less complaints from $33,000 More if a lower Lower the noise output of the nearby residents. dB (A) is desired. engine/generator from 90 dB(A) to 73 dB(A) at approximately 23 feet from gcnerator. Phase and voltage selector Engine/Generator could be used at $3,000 to $6,000 switch to allow for various facilities that required voltages other dependent on options. voltages. than 480 volt, 3-phase Rower. Cord and quick disconnect Offers better monitoring capabilities. $500 for connection to connectors for connection of generator and cables. engine generator alarms to the $300 to $500 per site for City's telemetry system. (I.E. modification to telemetry generator trouble, generator fail, panel and program to generator run, low fuel, and accept quick disconnect intrusion.) connector. Power and Control Cable Easy access for termination of power $300 to $1,000 dependent termination box to be used for and control cables at one centrally on number and type of quick disconnect connection to located box. connections. various devices (I.E. battery charger, block heater, telemetry, etc... Battery charger Maintains battery voltage for $400 dependable starting power. If battery charger not provided on unit then an alternate method of keeping the battery charged will,need to be implemented. Larger fuel storage tank. Offers longer run times without To be determined based refueling. on desired increase in size. Skid-mount en�e&nerator Cost savin $17,000 cost sanL Other options and features are available; however, we determined that none of the other options offered a significant advantage to the City. A copy of available options for a typical engine generator has been enclosed for your review. 12/05/2000 10: 40 509-eeG-2313 RH2 ENGINEERING INC PAGE 03 Mr.J. D. Wilson P. E. December 5, 2000 Page 3 Costs The following prices were provided to us for budgetary purposes from Cummins Northwest in Renton, Washington. These numbers should represent approximate costs for purchasing a portable generator as specified in the preliminary specifications. • 400kw Diesel Powered Generator trailer-mounted with main breaker and 24-hour fuel tank- $G5,000.00 • 500kw Diesel Powered Generator trailer-mounted with main breaker and 24-hour fuel tank- $74,000.00 Summary This letter is submitted to you for your use as a tool for making the best selection of a portable generator set for the given application. We will use your feedback from this letter in preparation of the first draft of the specifications and cost estimate. We have made every attempt to include all information necessary for making an economical and wise choice in the purchase of this item; however, If it appears that additional information or detail is required please contact us to discuss. We have attached a selection form for your use in identifying to us the desired size and options that should be included in the specifications. RH2 Engineering is prepared to have the final specifications to your office on January 3, 2001 for bid book preparations by the City. In order to keep on this schedule we would like to have a response from this letter including the selection form by the end of the day on December 11, 2000; however, other arrangements can be arranged if the City needs additional time. We appreciate the opportunity to provide engineering services to you for this project. If you have any questions or concerns, please feel free to call. Sincerely, RH2 ENGINEERING, INC. Mark Miller Enc.: Table 1 — Engine Generator Sizing Alternatives Generator Selection Form Draft Specifications Typical Engine/Generator Options 1 1 N im CITY OF RENTON-Water Department n m Portable Generator Purchasing Project CD m TABLE 1 -ENGINE GENERATOR SIZING ALTERNATIVES EG SIZE m STATION Load 20 hp 30 hp 40 h 50 125 h 150 h 200 h 250 Sk 10kw 12kw Skva 7.5kva 25kva 50kva 75kva 100 CD X x x 300 X 300 Ln Houser Way x x x 500 CD 0 2 ��#Xx 300 mx 400Wells 1-2-3 2 500 3 w 300 Well No. 8 x x x x x x x 0 w 200 x x exx x XSouth Talbot Hill x xx400x x xx x x 5°° x x x 100 x x x 300 X x x x 300 x x x 300 North Talbot Hill X x x x 500 N x x x x Soo z x x rxxx x400G) x x xX x x 500 m m H Z G) H Z n G) m m prepared by: Mark Miller, RH2 Engineering, Inc. Page 1 j:ldataVen1100-1151Sizing Attemative Chart.xls,O8M Manual 12/4100,4:37 PM 12/05/2000 10: 40 509-886-2313 RH2 ENGINEERING INC PAGE 05 Post-it®Fax Note 7671 Date �� pages To C From i1 u t 5 ON . � J �Y CoJDept. Co. y CITY OF RENTON -Water Department Phone# _ v g Za , 8052 Phone# Z n 0- Portable Generator Purchasing Project Fax# Generator Selection Form Fax#5 _ _ Z- � _ Z Please use this form to select the size of generator and the desired options. Generator Size Selection 400 kW Diesel Generator mounted on a trailer with main breaker and 24-hour fuel storage tank. 500 kW Diesel Generator mounted on a trailer with main breaker and 24-hour fuel storage tank. Features and potions ® ( -Site Enclos to low he nois rt.p ut of ngin�Jerato m 90dW,e)" dB pproxim ly 23 fe from thdqenerato UT Ph a and v ge selec n switch t low for va us voltage . f select lease c to e voltage config tions an ases desilioe Cord and quick disconnect connectors for connection of engine/generator alarms to the City's telemetry system for monitoring the status of the generator from a remote location. Power and Control Cable termination box Battery Charger �"j 'S 9)i 5 W S S- Larger fuel storage tank. If selected please indicate the increase in capacity that is desired. n t , d �ey Other, please ex L1.11 5 cuss 12/05/2000 10: 40 509-886-2313 RH2 ENGINEERING INC PAGE 06 PowerCommandT"" Control with AmpSentWm Protection • Menu-driven digital display screen with"tactile feel"selection switches • Comprehensive display of engine data and alternator data _ • Message prompts identify faults and supply troubleshooting codes • Distinguishes sender failures from actual faults to prevent nuisance shutdowns • Four customer-selected alarms to prompt warning or shutdown messages • Integrates automatic voltage regulation and engine speed governing • Digital starting control provides functions for fuel ramping,tail-to-crank, temperature dynamic governing, digital excitation control and cycle cranking • Alarm and status output contacts for customer application • Control components selected and integrated to withstand the vibration levels typical in a generator set application • AmpSentryT" Protection guards the electrical Integrity of the alternator and power system from the effects of overcurrent, over/under voltage, over/under frequency and overload conditions. ❑ Standard Control Description • Remote Starting,24 volt.2 wire AC Alternator Data • Magnetic Pickup Failure (or communications link) •AC voltage Una to Line • Emergency Stop • Digital Display Panel •AC Voltage Line to Neutrdl •Sealed Front Panel,gasketed door •AC Current by Phase Warning r (Pre-Alarm) • Panel Back-Ilghting •AC Kilowatts • Low Oill Pressure •Cycle Cranking Control,with selectable •AC Kilowatt Hours • High Coolant Temperature number of cycles,'cranking"and-off' .AC Power Factor • Oil Pressure Sender Failure time periods Engine Data •Temperature Sender Failure • Idle Mode Control • Over Current • Self Diagnostics and Circuit Board • Engine 011 Pressure Diagnostic LED's • Engine Coolant Temperature • Low Coolant Temperature •Overload,with Load • Separate Control Interconnection Box • Engine Oil Temperature Shed Contacts Selector Switches • Engine RPM • Low Fuel-Day Tank • Run-Off-Auto Switch • DC Battery Voltage • Low DC Voltage • Emergency Stop Switch • Engine Starts Counter • High DC Voltage • Reset Switch • Engine Running Hours • Weak Battery • Menu Switch Shutdown Functions (Failure) • Up to Four Customer Inputs • Voltmeter/Ammeter phase selector Engine Shutdowns switch with phase and scale indicating • Low Oil Pressure ❑ Optional Network lamps • Low Coolant Level Communications • Panel Lights switch,with 10 minute auto (can be set for alarm only) • EchelonT',1 LonWorksr"4 multldrop switch oft • High Coolant Temperature communication network up to 5000 Analog Motors •Overspeed feet(1523 m)in length •Analog%of Current Meter(Amps) • Fail to Crank •Allows for local and remote •Analog%of Load Maier(kW) communications with Onan • Overcrank PowerCommand network products •Analog AC Frequency Meter AC Alternator Shutdowns a Power system monitoring and control • Analog AC Voltage Meter • Low AC Voltage using Onan PowerCommand software • High AC Voltage • Flexible for Interface with other • Undertrepusncy manufacturers'control and monitoring systems •Over Current • Short Circuit Generator Set Options Control Panel Generator Set ❑ Detector 12 control ❑ Main fine circuit breaker Englne ❑ AC entrance box ❑ Heavy-duty air cleaner ❑ Remote fault signal ❑ Battery charger,equalizer,float-type with safety e►ement dry contact relay package ❑ 20e/240/480-volt 4000 W coolant heater ❑ Run relay package ❑ Batteries UL-(thermostatically controlled) ❑ Control anti-condensation ❑ Spring isolators ❑ 120-vott 300 W lube oil heater space heater ❑ Remote annunciator panel ❑ 208/240-volt 300 W lube oil heater ❑ Fuel-pressure gauge(engine mounted) ❑ Paralleling accessories ❑ 480-volt 300 W tube oil neater ❑ Exhaust pyrometer ❑Weather-protective enclosure ❑ FueVwaterseparator Fuel $ stem with mounted silencer ❑ 75 amp battery charging alternator y ❑ 2-year standby warranty ❑ Bypass oil filter ❑ 225 gallon(852 liter)Sub-base tank O 2-year prime power warranty' ❑ 760 gallon(2877 liter)Sub-base tank ❑ 5-year basic power warranty Cooling System ❑ 49 gallon(184 liter)in-skid day tank O 5-year comprehensive power warranty ❑ Remote radiator cooling ❑ Day tank rupture basin ❑ 10-year major components warranty' ❑ Heat exchanger cooling C) Export box packaging _ Alternator Exhaust System ❑ Ground Fault Alarm ❑ 1050 C Rise alternator ❑ Industrial-grade exhaust silencer ❑ 800 C Rise alternator ❑ Residential-grade exhaust silencer 'Available in North America only. ❑ Anti-condensation heater ❑Critical-grade exhaust silencer DFFB PowerCommand GenSet Specifications May Change without Notice. Onan Corporation 3/95 Bulletin OPC-5000 CITY OF RENTON Planning/Building/Public Works Department Jesse Tanner,Mayor Gregg Zimmerman P.E.,Administrator November 9, 2000 Mark Miller. RH2 Engineering, Inc. 12100 NE 195th Street, Suite 100 Bothell, WA 98011 SUBJECT: CAG—00-151 AND CAG—00-152 Dear Mark Enclosed are executed copies of the subject contracts. Sincerely, J.D. iIson, P.E. Water Utility Engineer Enclosure cc: Abdoul GafOnr 1055 South Grady Way- Renton, Washington 98055 ®This paper contains 50%recycled material,20%post consumer Y o RECEIVED r: ED ' .� Nov - 12000 CITY rjF RENTON NTO UTILITY SYSTEMS CITY OF RENTON CITY CLERK DIVISION MEMORANDUM DATE: November 7, 2000 TO: J.D. Wilson, PBPW/Utilities FROM: Suzann Lombard, X6521 _ SUBJECT: RH2 Engineering; Portable Generator Set for Water Utility The attached original document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file. An original document is also retained by the City Clerk. Thank you. Enclosures: (1) *� "�, �, RECEIVED NOV♦ ' 12000 CITr"OF RENTON 7�rri`O UTILITY SYSTEMS 1 V CITY OF RENTON CITY CLERK DIVISION MEMORANDUM DATE: November 7, 2000 TO: J.D. Wilson, PBPW/Utilities FROM: Suzann Lombard, X6521 SUBJECT: RH2 Engineering; Portable Generator Set for Water Utility The attached original document has been fully executed and is being returned to you. Please transmit the original to the contractor and retain a copy for your file. An original document is also retained by the City Clerk. Thank you. Enclosures: (1) CAG-00-151 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this f Z4 day of _, 2000, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and RH2 Engineering, Inc. whose address is 12100 NE 195`h Street, Suite 100, Bothell, WA 98011 at which work will be available for inspection, hereinafter called the "CONSULTANT." PROJECT NAME: Portable Generator Set for Water Utility WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional consulting firm to do the necessary engineering work for the project, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to Consultant to staff this Agreement. WHEREAS, the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: I SCOPE OF WORK Tile Consultant shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The Consultant shall perform all work described in this Agreement in accordance with the latest edition and amendments to local and state regulations, guidelines and policies. The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the City. This item does not constitute an "Extra Work" item as related in Section VIII of the Agreement. The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the City. II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations; guidelines, and specifications, including, but not limited to the following: Portable Generator Set for Water Utility 1 1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), "Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard Specification. 2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. American Association of State Highway and Transportation Officials, "Standard Specifications for Highway Bridges." 5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2." 6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic analysis as described in item 14. 7. Washington State Department of Transportation, "Materials Laboratory Outline." 8. Transportation Research Board, "Highway Capacity Manual." 9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic Control Devices for Streets and Highways." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be used as they pertain. 13. Metro Transit, design criteria. 14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter l, and Chapters 3, 4, and 5. 15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of Highways and Streets." III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Consultant copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with other available Sources to obtain data or records available to those agencies. The Consultant shall be responsible for this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the City. Should 1-►eld studies be needed, the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform any such field studies. Portable Generator Set for Water Utility 2 IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain the property of the City and may be used by it without restriction. Any use of such documents by the City not directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any liability whatsoever to the Consultant. All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be printed on both sides of the recycled paper, as feasible. V TIME OF BEGINNING AND COMPLETION The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion, attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance of its services by factors that are beyond its control, the Consultant shall notify the City of the delay and shall prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as otherwise herein. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other party. Portable Generator Set for Water Utility 3 V1 PAYMENT The Consultant shall be paid by the City for completed work for services rendered tinder this Agreement as provided hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit C. Payment for this work shall not exceed S 8,000.00 without a written amendment to this contract, agreed to and signed by both parties. Cost Plus Net Fee Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost includes direct salary cost, overhead, and direct non-salary cost. 1. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this Agreement. 2. The overhead costs as identified on Exhibit C are determined as 182.28 percent of the direct salary cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of the contract. 3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be on the basis of 1.12 times the invoiced amount. 4. The net fee, which represents the Consultants profit shall be 12 percent of direct salary plus overhead costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a supplemental agreement is entered into for additional work by the Consultant, the supplemental agreement will include provision for the added costs and an appropriate additional fee. The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment, subject to the provisions of Section XI entitled TERMINATION OF AGREEMENT. 5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. Final payment of any balance due the Consultant of the gross amount earned will be made promptly upon its verification by the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or claimed to be due. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section Vill "EXTRA WORK"). Portable Generator Set for Water Utility 4 A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee interviews. Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with respect to such claims. The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Consultant receives final payment. VII CHANGES IN WORK The Consultant shall.make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Consultant perform work or render services in connection with the Project in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any claim by the Consultant for compensation as Extra.Work. IX EMPLOYMENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so Portable Generator Set for Water Utility 5 engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the City. If during the time period of this Agreement, the Consultant finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation; selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non- Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Consultant, or any of.its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree,to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. Portable Generator Set for Water Utility 6 C. in the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work complete at the time of termination of the Agreement, plus the following described portion of the net fee. The portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the City for any excess paid. D. In the event the services of the Consultant are terminated by the City for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Consultant prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Consultant. F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Consultant. XII DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the City shall be referred for determination to the Director of Planning/ Building/Public Works or Ills/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement This contract shall be interpreted and construed in accordance with the laws of Washington. Portable Generator Set for Water Utility 7 The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Consultant's errors, oin►sslons, or negligent acts under this Agreement provided that nothing herein shall require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Consultant's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents or employees except as limited below. The Consultant shall secure general liability, property damage, auto liability, and professional liability coverage in the amount of$1.0 million, with a General Aggregate in the amount of$2 million, unless waived or reduced by the City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord Certification Form prior to the execution of the contract. The Consultant shall also submit copies of the declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. All coverages provided by the Consultant shall be in a form, and underwritten by a company acceptable to the City. The City will normally require carriers to have minimum A.M. Best rating of A XII. The Consultant shall keep all required coverages in full force and effect during the life of this project, and a minimum of forty.,five days' notice shall be given to the City prior to the cancellation of any policy. The Consultant shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Consultant shall require, and provide verification upon request, that all subconsultants participating in a City project possess a current City of Renton business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. The Consultant's relation to the City shall be at all times as an independent contractor. Portable Generator Set for water Utility 8 XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. XV ENDORSEMENT OF PLANS The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Any supplements to this Agreement will be in writing and executed and will become part of this Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. XVII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSUL ANT CITY OF RENT N ll� od 3 Hart nt rbe , resi D Gregg mer an, B Administrator Date Portable Generator Set for Water Utility 9 CITY OF RENTON PORTABLE ENGINE GENERATOR FOR WATER UTILITY EXHIBIT A SCOPE OF WORK PURPOSE OF PROJECT The purpose of this project is to recommend and prepare specifications for a new portable engine generator to be used at the City's water pump station facilities. The work includes services during bidding, submittal review, and testing. APPROACH: 1.) Prepare recommendation and options for Generator purchase: Meet with City staff and identify City preferences for portable engine generator. Discuss various options available to the City for the budget available. Make recommendation to City on equipment purchase. Review recommendation with City staff. Budget includes one 4-hour meeting with City. 2.) Prepare specifications: Develop Technical Specifications for all necessary equipment, materials, and construction tasks. Use City standard legal and supplemental provisions (as-is without modifications). Use RH2 Engineering technical specifications. Develop schedule of prices and measurement and payment requirements. Budget includes one 4-hour meeting with City. 3.)Services during Bidding: A. Print I set of contract documents and deliver to City staff for copying and distribution to bidders. B. Provide construction estimate to determine engineer's estimated value of construction cost based on information supplied by material vendors and similar projects adjusted for anticipated bidding conditions. C. Assist City staffing preparing bid advertisement for newspapers(as requested). D. Respond to bidders' questions. Prepare necessary addenda. Deliver to City staff for mailing. Attend pre-bid meeting and be prepared to outline scope and limitations of the project. Specific emphasis will be given to assisting the Bidders to reduce their bidding costs and bid amounts. E. Review bid tabulation prepared by City and evaluate responsiveness of low bidder. F. Prepare recommendation for project award. Attend a pre-award meeting with the City staff. 4.) Submittal Review: Review and approve or reject, if necessary, shop drawings, equipment submittals, specifications, and schedules for conformance to the design concept of the project specification. S.) Testing and Start-up of Generator: A. Assist City with testing and start-up of new generator at a City's water facility. B. Provide project punchlist to City staff at completion of the testing phase. C. Review O&M manuals. 6.)Project Management: Perform project management services necessary to maintain a cohesive pre-design team,meet budget and schedule requirements, adhere to contract quality control standards and interface with City staff. Maintain orderly project files and submit regular project payment invoices. Summarize work performed during each billing cycle and submit requested administrative information to City staff. DELIVERABLE PRODUCTS: 1. Attend two(4-11011r)meetings and City Hall 2. Letter of recommendation for purchase of Engine Generator 3. Copy of preliminary technical specifications for review 4. Final copy of technical specifications 5. Engineer's cost estimate Portable Generator Set for Water Utility - 10 - 6. Letter of award of recommendation 7. Attend testing and start-up 8. Prepare project punchlist Letter of project completion Portable Generator Set for Water Utility - Il - EIiHIBIT B Portable Generator Set for Water Utility SCHEDULE Task Estimated Start Estimated Completion Task 1 November 2000 November 2000 Task 2 December 2000 December 2000 Task 3 January 2001 January 2001 Task 4 February 2001 1 February 2001 Task 5 March 2001 March 2001 Portable Generator Set for Water Utility - 12 - CITY OF RENTON PORTABLE GENERATOR SET FOR WATER UTILITY Exhibit C - Fee Estimate Principal E VII $52.00 Project Manager,B V $34.85 Project Manager,E IV $32.00 Scientist IV $3735 Project Engineer,E IV $28.10 Staff Engineer,E II $22.50 Engineer Tech T II $18 60 Word Processor II $13 75 Net Fee Percent 12% Overhead Multiplier 182.28% Principal E VII PM,E VI PM,E IV Scientist Pro..En Staff En• En Tech W.Processor SUB TASK Hrs Cost Hrs Cost Hrs Cost Hrs Cost Hrs Cost Hrs Cost Hrs Cost Hrs Cost TOTAL TOTAL DIRECT SAI ARY COST PORTABLE GENERATOR SET FOR WATER UTILITY I I Prepare recommendation and options 0 So 0 So 01 so 0 SO 1 12 $337 ol So 0 So 2 $28 S365 $365 2 Pre ares ecifications 2 S104 0 So ol So o So 24 S674 01 S0 0 So 6 S83 S861 $861 3 1 Services durin p,B idd i ng S476 a. Final contract documents 0 so 0 So 01 So 0 So 2 $56 01 So 0 So 2 $28 S84 b, Cost estimate 0 s0 0 So 0 So 0 so I S28 01 So 0 So 0 s0 S28 c. Assist with Bid advertizement 0 so o so 0 so 0 SO 1 $28 ll SO 0 So o SO S28 d. Bidder Questions 0 so 0 SO 0 So 0 So 8 S225 01 s0 0 so 4 $55 S280 e. Review bid tab O SO 01 so 0 So 0 So I I S28 01 So 1 01 So 01 so E f Recommendation of award 0 SO 01 So 0 So 01 So 1 $28 01 So 01 so 01 So 52E 4 Submittal Review ol so 0 f0 0 So 0 So 6 S169 01 so 0 so 1 $14 S182 S182 5 Testing,and Start-up of Generator $491 a. Assist with testingand start-up0 So o SO 0 So 0 $0 12 S337 0 So 0 f0 I S14 5S71 b. Prepare project unchlist 0 so 0 So 0 So 0 So 2 S56 0 s0 0 So I SI4 11 c. Review O&M manual 0 so o SO o SO 0 SO 2 S56 0 so 0 so 1 $14 S70 6 Project Management 0 s0 0 SO o So o So 2 S56 0 s0 o so 1 1 SI4 S70 $70 SUBTOTAL Direct Salary Cost 2 $104 0 $0 0 $0 0 $0 74 $2,079 0 $0 0 so 19 S261 $2,444.65 OVERHEAD COST(including payroll additives $4,456.11 SUB TOTAL $6,900.76 $ NET FEE 828.09 Direct Non.Salary Cost so Photo Develo in S50 Mileage Reproduction Expenses $50 In-House Com uter $171 SO � Survey $o Subconsultant SO In-House CAD i SUBTOTAL Direct Non Salary Cost $27] TOTAL CONTRACT COST $S,000 i R,n 401EG zoec-Fee Esnmate..K COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Classification Hourly Rate Classification Hourly Rate Principle E IX 63.40 Engineering Tech II 18.60 Principle E VIII 52.00 Engineering Tech 14.00 Project Manager E 32.00 Project Manager CS 33.00 IV IV Project Manager E V 34.85 Scientist IV 37.35 Scientist III 30.95 Office Assist 13.25 Project Engineer E 28.10 IV Project Engineer E 24.75 Word Processor III 21.65 III Staff Engineer E II 22.50 Word Processor II 13.75 Staff Engineer E I 20.50 Word Processor I 12.90 Senior Planner V 36.20 Engineering Tech 24.45 Net Fee: 12 % of direct salary cost plus overhead DIRECT NON-SALARY COST: Cost Element Unit Cost Cost Element Unit Cost In-house copies 8.5"xI1" $0.10 each In-house CAD system $25.00 per hour In house copies 8.5"xl4" $0.25 each HP650C 11"x17" $2.00 each In-house copies 11"x17" $0.50 each HP650C 24"x36" $5:00 each In-house blueprints $1.20 each HP650C 36"x48" $10*.00 each 24"x36" FAX $3.00 per sheet In-house computer $9.00 per hour H/P Paintjet $1.50 per sheet Mileage $0.32/mile Purchased Services Cost plus 15% Rates listed here are adjusted annually. The current, most recent schedule of hourly rates is used for billing purposes. Payment for work accomplished shall be on the basis of hourly rates in effect at the time of billing plus direct expenses and outside services as stated in the Exhibit. Portable Generator Set for Water Utility - 14 - EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST ProfitSharing............................................................................... 12.76 % FICA ......................................................................................... 8.64 % Unemployment Compensation ........................................................... 1.65 % Medical Aid and Industrial Insurance...................................................0.21 % Company Insurance and Medical........................................................ 11.37 % Vacation, Holiday and Sick Leave ...................................................... 8.57 % State B & O Tax & Other Business Tax................................................5.07 % Insurance ....................................................................................2.31 % Administration and Time Unassignable.................................................67.68 % Printing, Stationery and Supplies........................................................3.87 % Travel Not Assignable..................................................................... 3.08 % Telephone and Telegraph Not Assignable..............................................6.94 % Fees, Dues, Professional Meetings...................................................... 1.12 % Utilities and Maintenance................................................................. 1.01 % Rent ..........................................................................................25.87 % RentalEquipment .......................................................................... 13.73 % Office Miscellaneous, Postage ...........................................................4.22 % Professional Services ......................................................................4.18 % TOTAL 182.28 % SUMMARY OF COSTS DirectSalary Cost ..........................................................................................$2,444.65 Overhead Cost (including payroll additives)......................................................... 182.28 % $4,456.11 Sub-Total $6,900.76 NetFee ................................................................................ 12% $828.09 Direct Non-Salary Costs: a. Travel and per diem.............................................$ 50 b. Reproduction expenses .........................................$ 50 c. Computer expense.............................................. $171 d. In-house CAD...................................................... $0 e. Outside consultants.........................I.................. $0.00 f. Photo Developing............................................. $ 0.00 Total $271.00 Sub Total $271.00 GRAND TOTAL $8,000.00 Portable Generator Set for Water Utility - I5 - RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment . Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair t Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: �--�� r v(ayor Council President Attest: City Cler Portable Generator Set for Water Utility - 16- TY 1V*r O� AFFIDAVIT OF COMPLIANCE RH2 Engineering, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultandsupplier) I. It is RH2 Engineering,Inc.'s policy to offer equal (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. RH2 Engineering,Inc. complies with all applicable federal, (Name of contractor/subcontractor/consultant/supplier) state and local laws governing non-discrimination in employment. III. When applicable, RH2 Engineering,Inc. will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Print A t/Representative's Name and T' e A nt/Represent tive's Signature Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. Portable Generator Set for Water Utility - 17 - CITY OF RENTON INSURANCE INFORMATION FORM FOR: Portable Generator Set for Water Utility PROJECT NUMBER:WTR-27-2880 STAFF CONTACT: J.D. Wilson Certificate of Insurance indicates the coverage/limits ❑ Yes ❑ No specified in contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ❑ Yes ❑ No ISO 1993 Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified.) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a "per project basis (CG2503)?*❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No Notice of Cancel lation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIERS: GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder/proposer prior to execution of contract. Agency/Broker Completed By (Type or Print Name) Address Completed By (Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE Portable Generator Set for Water Utility - 18 - Short Plat*(SHPL#' ) REQUEST FOR PROJECT#I Prelim Plat (PPI# CAG# ) To: Technical Services Date WO# Green# From: Plan Review/Project Manager Project Name (70 charaacr$raax) Description of Project: Circle Size of Waterline: 81, 10" 12" Circle One: New or Extension Circle Size of Sewerline: 8" 10" 12" Circle One: New or Extension Circle Size of Stormline: 12" 15" 181, 24" Circle One: New or Extension Address or Street Name(s) D vlpr/Contractor/Owner/Cnslt:: (70 characters mu) Check each discipline involved in Project Ltr Dnvg of sheets per discipline ❑ Trans-Storm ❑ ❑ (Roadwiylbrainagc) (Off site.ir•.tprovcnxnts)(includc basin name) (inchr&7ESC shcus) ❑ Transportation (sigculization•(rynnd.ization•Lighting) ❑ ❑ ❑ Wastewater ❑ ❑ Sanitary Scwcr Main(include basin name) ❑ Water (Mains,Valves,Hydrants) ❑ ❑ — (Includc composite&Horizontal Cu' ❑ Su face Water ❑ ❑ Improvements (CLP ONLY)(includc basin name) l I ' TS Use Only OLA— 9.7—2-1 Vo 3 t 1 r ;� �:d 3