Loading...
2018-30626 Resolution RESOLUTION NO. 2018-30626 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION)AND WAIVING, BY A 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH SOLARES ELECTRICAL SERVICES, INC., IN THE NOT TO EXCEED AMOUNT OF $325,242.84, FOR THE PURPOSE OF COMPLETING THE PUBLIC WORKS OPERATIONS EMERGENCY GENERATOR AND TRANSFER SWITCH PROJECT,WHICH INCLUDES NON- PRE-PRICED ITEMS IN THE AMOUNT OF $167,435.42. PURSUANT TO THE COMPETITIVELY .BID SOURCEWELL COOPERATIVE CONTRACT FOR CONSTRUCTION SERVICES (FORMERLY KNOWN AS NATIONAL JOINT POWERS ALLIANCE (NJPA)), WITH PREVIOUSLY APPROPRIATED FUNDING. WHEREAS, the City needs to install one (1) emergency generator at the Public Works Department (the Project); and WHEREAS the project consists of one (1) 600KW generator, which are available via the competitively procured National Joint Powers Alliance (NJPA) 120617-KOH award to Solares Electrical Services, Inc., as well as a number of ancillary items (e.g.,automatic transfer switch); and WHEREAS, to expedite the project, which is crucial to keep Public Works operational in the event of a storm or other catastrophe that results in loss of power to the facility; and WHEREAS the Administration is requesting to issue a work order to Solares Electrical Services, Inc., pursuant to the competively bid Sourcewell, formerly known as National Joint Powers Alliance (NJPA), cooperative contract for construction services; and WHEREAS, Job Order Contracting (JOC) is a contracting methodology that enables facility owners to expedite and accomplish a large number of repairs, maintenance and construction projects with a single, competitively bid contract with pre-established pricing for most construction activities; and WHEREAS, prior to October 2012, the City acquired construction services for most small or emergency construction projects through a Job Order Contracting process; however, since the Fall of 2012, the City had not utilized the JOC methodology and had no similar system in place for expediting construction and maintenance projects, which significantly impacts the City's ability to complete work in a timely manner; and WHEREAS, the Finance and Citywide Projects Committee (the Committee), on February 21, 2014, endorsed a recommendation by the Administration, as a pilot to reintroduce this efficient process of project delivery to the City, to begin utilizing the Gordian Group's indefinite quantity contract (IQC), alternatively known as JOC, for construction services to expedite the delivery of construction or maintenance projects under$250,000, or for emergency projects, as approved by the City Manager; and WHEREAS, the National Joint Powers Alliance (NJPA), now known as Sourcewell, a national cooperative that bids contracts aggregating the spend volume of agencies across the country, awarded Contract No. 071415-GGI for IQC construction services, and said contract includes an award to Solares Electrical Services, Inc., through the Gordian Group's IQC process, to provide services to the City pursuant to the contract; and WHEREAS, on January 15, 2014, via Resolution No 2014-28462, the City Commission authorized the Administration to utilize cooperative awards by Sourcewell, pursuant to Section 2- 369 of the Miami Beach City Code; and WHEREAS, on April 23, 2015, the City Commission authorized the Administration, for projects up to $250,000, or emergency awards exceeding $250,000, to be acquired through the Gordian Indefinite Quantity Contract(IQC) process as a means of expediting small or emergency projects with the approval of the City Manager; and WHEREAS, the IQC process, which is used extensively by local, state and federal governmental agencies throughout the United States, expedites the delivery of construction projects and the City, as a governmental agency, is authorized to utilize the IQC process for construction services competitively awarded by the National Joint Powers Alliance (NJPA) to the Gordian Group, the Managers of IQC; and WHEREAS,the Gordian Group, in the IQC process, established a fixed price Construction Task Catalog (Catalog)for a wide range of construction activities; and WHEREAS, in the interest of time, the City has chosen to expedite this project and utilize the Indefinite Quantity Contract(IQC) process; and WHEREAS, through the NJPA process Solares Electrical Services, Inc., was identified as the contractor that has the qualifications and experience in performing the identified scope; and WHEREAS, on November 6, 2018, after negotiations, the Contractor submitted a bid proposal in the amount of$325,242.84, for the Project including a project contingency; and WHEREAS, the original scope of work included to provide automatic transfer switch and generator including all conduit and wiring, excavation, surfacing repairs, testing, permits, and concrete slab as depicted in the approved construction documents; and WHEREAS, the purchase of one (1) 600KW Kohler generator and automatic transfer switch, which are a Non-Pre-Priced (NPP) item in the Catalog; and WHEREAS, the City does not have a contract for Kohler generators or the switchgears, the City has the ability to contract directly through its cooperative contract with Contract No. 071415-GGI for IQC construction services, and said contract includes an award to Solares Electrical Services, Inc., through the Gordian Group's IQC process, to provide services to the City pursuant to the contract; and WHEREAS, Solares Electrical Services, Inc., a certified contractor for the purchase and installation of one (1) 600KW Kohler generator, switchgear and ancillary items; and WHEREAS, Kohler generators are preferred, as this brand of generator is in service at a majority of the City's facilities; and WHEREAS, the IQC proposal received is over the $250,000 threshold limit approved by the City Commission for projects through the NJPA IQC process, and, since the value of the non- pre-priced items exceeds the $50,000 authority of the City Manager, the approval of the City Commission is required to award the Project through the IQC process; and WHEREAS, accordingly, the City Manager recommends waiving, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, and authorizing the purchase of one (1)600 kW Kohler generator, switchgear and ancillary items; and in an amount not to exceed $167,435.42; and WHEREAS, the cost proposal was reviewed and analyzed by the Consultant (TLC Engineering), Property Management and the Gordian Group and was found to be fair and reasonable; and WHEREAS, the Administration recommends, as being in the City's best interest, to award the Project to Solares Electrical Services, Inc., through the IQC process, in the not to exceed amount of$325,242.84, including the Non-Pre-Priced items in the amount of$167,435.42. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission hereby accept the written recommendation of the City Manager and waive, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, and approve and authorize the City Manager to execute a Work Order with Solares Electrical Services, Inc., in the not to exceed amount of$325,242.84 for the purpose of completing the Public Works Operations Emergency Generator and transfer switch project, which includes non-pre-priced items in the amount of $167,435.42, pursuant to the competitively bid Sourcewell cooperative contract for construction services formerly known as National Joint Powers Alliance (NJPA), with previously appropriated funding. PASSED and ADOPTED this /a day of Dec-(Iv/X , 2018. DAN GELBER, MAYOR ATTEST: . I eL. Z APPROVED AS TO RAFAE E. GR NADO, CI CL,,,-RKFORM &LANGUAGE &FOR EXECUTION n �...e .y .�, dJ-- z(4 (rt I� \` City Attorney Date • �' INCORP ORATED Resolutions - C7 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: December 12, 2018 SUBJECT.A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION) AND WAIVING, BY A 5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH SOLARES ELECTRICAL SERVICES, INC., IN THE NOT TO EXCEED AMOUNT OF $325,242.84, FOR THE PURPOSE OF COMPLETING THE PUBLIC WORKS OPERATIONS EMERGENCY GENERATOR AND TRANSFER SWITCH PROJECT, WHICH INCLUDES NON-PRE-PRICED ITEMS IN THE AMOUNT OF $167,435.42. PURSUANT TO THE COMPETITIVELY BID SOURCEWELL COOPERATIVE CONTRACT FOR CONSTRUCTION SERVICES (FORMERLY KNOWN AS NATIONAL JOINT POWERS ALLIANCE (NJPA)), WITH PREVIOUSLY APPROPRIATED FUNDING. RECOMMENDATION The Administration recommends adopting the Resolution. ANALYSIS The City needs to install one (1) emergency generator at the Public Works Department (the Project). The Capital Renewal and Replacement project consists of one (1) 600 kW Kohler generator, as well as a number of ancillary items such as the automatic transfer switch, enclosure, fuel system and concrete base. The Project procured via the Gordian Indefinite Quantity Contract (IQC) awarded to Solares Electrical Services, Inc. On April 23, 2015, the City Commission authorized the Administration, for projects up to $250,000, or emergency awards exceeding $250,000, to be acquired through the Gordian Indefinite Quantity Contract (IQC) process as a means of expediting small or emergency projects with the approval of the City Manager. The IQC process, which is used extensively by local, state and federal governmental agencies throughout the United States, expedites the delivery of construction projects. The City, as a governmental agency, is authorized to utilize the IQC process for construction services competitively awarded by Sourcewell formerly known as National Joint Powers Alliance (NJ PA) to the Gordian Group, the Managers of IQC. The Gordian Group, in the IQC process, established a fixed price Construction Task Catalog (Catalog) for a wide range of construction activities. When a construction project is identified, the Gordian Group, City staff and the contractor negotiate a Page 419 of 1751 proposal by selecting from the Catalog any activities and quantities applicable to the project. In the interest of time, the City has chosen to expedite the Project, which is crucial to keep Public Works operational in the event of a storm or other catastrophe that results in loss of power to the facility; and utilize the IQC process. Through the IQC process, Solares Electrical Services, Inc. ("Contractor") was identified as the most qualified and experienced contractor to complete the identified scope. On October 1, 2018, the City and the Gordian Group met with the Contractor to review the scope for the Project. On November 6, 2018, after negotiations, the Contractor submitted a bid proposal, utilizing the Catalog in the amount of$325,242.84 for the Project including a project contingency. However, the original scope of work included to provide automatic transfer switch and generator including all conduit and wiring, excavation, surfacing repairs, testing, permits, and concrete slab as depicted in the approved construction documents. Of these items the 600 kW Kohler Generator and Kohler automatic transfer switch are a Non-Pre-Priced (NPP) items in the Catalog. Kohler generators are preferred, as this brand of generator is in service at a majority of the City's facilities and in efforts of standardization, ease of maintenance, expeditious repairs and cost efficiency it is in the best interest of the City. In such cases, the Administration is requesting the acceptance by the Mayor and City Commission of the written recommendation of the City Manager and waiving, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest. The IQC proposal received does exceed the $250,000 threshold limit approved by the City Commission for projects through the NJPA IQC contract award and the value of the NPP items exceeds the $50,000 authority of the City Manager, the approval of the City Commission is required to award the Project through the IQC process. The cost proposal was reviewed and analyzed by Property Management and the Gordian Group and was found to be fair and reasonable. Therefore, the Administration believes that it is in the City's best interest to award the Project to Solares Electrical Services, Inc., through the IQC process, in the not to exceed amount of of $325,242.84, for the purpose of completing the Public Works Operations Emergency Generator and Transfer Switch Project, which includes Non-Pre-Priced items in the amount of$167,435.42, with previously appropriated funds. CONCLUSION The Administration recommends adopting the Resolution. Legislative Tracking Property Management ATTACHMENTS: Description o Resolution Public Works Operations Emergency Generator ❑ SOLARES ELECTRIC_IQC WOP Page 420 of 1751 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH SOLARES ELECTRICAL SERVICES, INC., IN THE NOT TO EXCEED AMOUNT OF $325,242.84, FOR THE PURPOSE OF COMPLETING THE PUBLIC WORKS OPERATIONS EMERGENCY GENERATOR AND TRANSFER SWITCH PROJECT, WHICH INCLUDES NON-PRE-PRICED ITEMS IN THE AMOUNT OF $167,435.42, PURSUANT TO THE COMPETITIVELY BID SOURCEWELL, FORMERLY KNOWN AS NATIONAL JOINT POWERS ALLIANCE (NJPA), COOPERATIVE CONTRACT FOR CONSTRUCTION SERVICES WITH PREVIOUSLY APPROPRIATED FUNDING. WHEREAS, the City needs to install one (1) emergency generator at the Public Works Department(the Project); and WHEREAS the project consists of one (1) 600KW generator, which are available via the competitively procured National Joint Powers Alliance (NJPA) 120617-KOH award to Solares Electrical Services, Inc., as well as a number of ancillary items (e.g.,automatic transfer switch); and WHEREAS, to expedite the project, which is crucial to keep Public Works operational in the event of a storm or other catastrophe that results in loss of power to the facility; and WHEREAS the Administration is requesting to issue a work order to Solares Electrical Services, Inc., pursuant to the competively bid Sourcewell, formerly known as National Joint Powers Alliance (NJPA), cooperative contract for construction services; and WHEREAS, Job Order Contracting (JOC) is a contracting methodology that enables facility owners to expedite and accomplish a large number of repairs, maintenance and construction projects with a single, competitively bid contract with pre-established pricing for most construction activities; and WHEREAS, prior to October 2012, the City acquired construction services for most small or emergency construction projects through a Job Order Contracting process; however, since the Fall of 2012, the City had not utilized the JOC methodology and had no similar system in place for expediting construction and maintenance projects, which significantly impacts the City's ability to complete work in a timely manner; and WHEREAS, the Finance and Citywide Projects Committee (the Committee), on February 21, 2014, endorsed a recommendation by the Administration, as a pilot to reintroduce this efficient process of project delivery to the City, to begin utilizing the Gordian Group's indefinite quantity contract (IQC), alternatively known as JOC, for construction services to expedite the delivery of construction or maintenance projects under$250,000, or for emergency projects, as approved by the City Manager; and WHEREAS, the National Joint Powers Alliance (NJPA), now known as Sourcewell, a national cooperative that bids contracts aggregating the spend volume of agencies across the country, awarded Contract No. 071415-GGI for IQC construction services, and said contract includes an award to Solares Electrical Services, Inc., through the Gordian Group's IQC process, to provide services to the City pursuant to the contract; and WHEREAS, on January 15, 2014, via Resolution No 2014-28462, the City Commission authorized the Administration to utilize cooperative awards by Sourcewell, pursuant to Section 2-369 of the Miami Beach City Code; and Page 421 of 1751 WHEREAS, on April 23, 2015, the City Commission authorized the Administration, for projects up to $250,000, or emergency awards exceeding $250,000, to be acquired through the Gordian Indefinite Quantity Contract (IQC) process as a means of expediting small or emergency projects with the approval of the City Manager; and WHEREAS, the IQC process, which is used extensively by local, state and federal governmental agencies throughout the United States, expedites the delivery of construction projects and the City, as a governmental agency, is authorized to utilize the IQC process for construction services competitively awarded by the National Joint Powers Alliance (NJPA) to the Gordian Group, the Managers of IQC; and WHEREAS, the Gordian Group, in the IQC process, established a fixed price Construction Task Catalog (Catalog)for a wide range of construction activities; and WHEREAS, in the interest of time, the City has chosen to expedite this project and utilize the Indefinite Quantity Contract (IQC) process; and WHEREAS, through the NJPA process Solares Electrical Services, Inc., was identified as the contractor that has the qualifications and experience in performing the identified scope; and WHEREAS, on November 6, 2018, after negotiations, the Contractor submitted a bid proposal in the amount of$325,242.84, for the Project including a project contingency; and WHEREAS, the original scope of work included to provide automatic transfer switch and generator including all conduit and wiring, excavation, surfacing repairs, testing, permits, and concrete slab as depicted in the approved construction documents; and WHEREAS, the purchase of one (1) 600KW Kohler generator and automatic transfer switch, which are a Non-Pre-Priced (NPP) item in the Catalog; and WHEREAS, the City does not have a contract for Kohler generators or the switchgears, the City has the ability to contract directly through its cooperative contract with Contract No. 071415-GGI for IQC construction services, and said contract includes an award to Solares Electrical Services, Inc., through the Gordian Group's IQC process, to provide services to the City pursuant to the contract; and WHEREAS, Solares Electrical Services, Inc., a certified contractor for the purchase and installation of one (1) 600KW Kohler generator, switchgear and ancillary items; and WHEREAS, Kohler generators are preferred, as this brand of generator is in service at a majority of the City's facilities; and WHEREAS, the IQC proposal received is over the $250,000 threshold limit approved by the City Commission for projects through the NJPA IQC process, and, since the value of the non-pre-priced items exceeds the $50,000 authority of the City Manager, the approval of the City Commission is required to award the Project through the IQC process; and WHEREAS, the cost proposal was reviewed and analyzed by the Consultant (TLC Engineering), Property Management and the Gordian Group and was found to be fair and reasonable; and Page 422 of 1751 WHEREAS, the Administration recommends, as being in the City's best interest, to award the Project to Solares Electrical Services, Inc., through the IQC process, in the not to exceed amount of $325,242.84, including the Non-Pre-Priced items in the amount of $167,435.42. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission approve and authorize the City Manager to execute a work order with Solares Electrical Services, Inc., , in the not to exceed amount of $325,242.84 for the purpose of completing the Public Works Operations Emergency Generator and transfer switch project, which includes non-pre-priced items in the amount of$167,435.42, pursuant to the competitively bid Sourcewell, formerly known as National Joint Powers Alliance (NJPA), cooperative contract for construction services with previously appropriated funding. PASSED and ADOPTED this day of , 2018. DAN GELBER, MAYOR ATTEST: RAFAEL E. GRANADO, CITY CLERK Page 423 of 1751 • I Q C Work Order Signature Document THE GORDIAN GROUP NJPA EZIQC Contract No.: FL-MDCAE04-052014-SES X New Work Order Modify an Existing Work Order Work Order Number.: 062104.00 Work Order Date: 11/06/2018 Work Order Title: Miami Beach Public Works Office New Generator Owner Name: City of Miami Beach Contractor Name: Solares Electrical Services, Inc Contact: Adrian Morales Contact: Andres Solares Phone: 305-673-7000 Phone: Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of NJPA EZIQC Contract No FL-MDCAE04-052014-SES. Brief Work Order Description: Time of Performance Estimated Start Date: Estimated Completion Date: Liquidated Damages Will apply: I I Will not apply: El Work Order Firm Fixed Price: $295,675.31 Owner Purchase Order Number: Approvals Owner Date Contractor Date Work Order Signature Document Page 1 of 1 11/6/2018 Page 424 of 1751 SIQC THE GORDIAN GROUP Detailed Scope of Work To: Andres Solares From: Adrian Morales Solares Electrical Services, Inc City of Miami Beach 10421 NW 28th Street 1700 Convention Center Drive Miami, Fl 33172 Miami Beach, FL 33139 No Data Input 305-673-7000 Date Printed: November 06,2018 Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Brief Scope: nPreliminary n Revised n Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Provide automatic transfer switch and generator including all conduit and wiring,excavation,surfacing repairs,testing, permit, concrete slabs. Subject to the terms and conditions of JOC Contract FL-MDCAE04-052014-SES. Contractor Date Owner Date Scope of Work Page 1 of 1 11/6/2018 Page 425 of 1751 Contractor's Price Proposal - Summary Date: November 06,2018 Re: IQC Master Contract#: FL-MDCAE04-052014-SES • Work Order#: 062104.00 Owner PO#: Title: Miami Beach Public Works Office New Generator Contractor: Solares Electrical Services,Inc Proposal Value: $295,675.31 Section-01 $25,014.04 Section-02 $1,155.67 Section-03 $5,177.56 Section-23 $1,744.47 Section-26 $252,404.21 Section-28 $567.67 Section-32 $9,611.69 Proposal Total $295,675.31 Thisl total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 56.63% • Contractor's Price Proposal-Summary Page 1 of 1 11/6/2018 Page 426 of 1751 Contractor's Price Proposal - Detail Date: November 06,2018 Re: IQC Master Contract#: FL-MDCAE04-052014-SES Work Order#: 062104.00 Owner PO#: Title: Miami Beach Public Works Office New Generator Contractor: Solares Electrical Services,Inc Proposal Value: $295,675.31 Sect. Item Mod. UOM Description Line Total Labor Equip. Material (Excludes) Section-01 1 01 22 16 00 0002 EA Reimbursable FeesReimbursable fees will be paid to the contractor for the $5,878.75 actual cost,without mark-up,for which a receipt or bill is received.The Adjustment Factor applied to Reimbursable Fees will be 1.0750.The labor cost involved in obtaining all permits is in the Adjustment Factor.The base cost of the Reimbursable Fee is$1.00.The quantity used will adjust the base cost to the actual Reimbursable Fee(e.g.quantity of 125=$125.00 Reimbursable Fee).If there are multiple Reimbursable Fees,each one shall be listed separately with a comment in the"note"block to identify the Reimbursable Fees(e.g.sidewalk closure,road cut,various permits, extended warrantee,expedited shipping costs,etc.).A copy of each receipt shall be included with the Proposal. Quantity Unit Price Factor Total Installation5,280.00 x 1.00 x 1.1134 = 5,878.75 permit 2 01 22 16 00 0002 EA Reimbursable FeesReimbursable fees will be paid to the contractor for the $3,340.20 actual cost,without mark-up,for which a receipt or bill is received.The Adjustment Factor applied to Reimbursable Fees will be 1.0750.The labor cost involved in obtaining all permits is in the Adjustment Factor.The base cost of the Reimbursable Fee is$1.00.The quantity used will adjust the base cost to the actual Reimbursable Fee(e.g.quantity of 125=$125.00 Reimbursable Fee).If there are multiple Reimbursable Fees,each one shall be listed separately with a comment in the"note"block to identify the Reimbursable Fees(e.g.sidewalk closure,road cut,various permits, extended warrantee,expedited shipping costs,etc.).A copy of each receipt shall be included with the Proposal. Quantity Unit Price Factor Total Installation3,000.00 x 1.00 x 1.1134 = 3,340.20 Estimate FPL fees to open vault for core drilling and comeback to connect new service 3 01 22 20 00 0049 FIR Investigating Senior Engineer Or Specialty ConsultantFor special investigatory $3,340.20 engineering requirements or other miscellaneous professional services. Quantity Unit Price Factor Total Installation24.00 x 125.00 x 1.1134 = 3,340.20 for permitting,testing and owner;s training 4 01 22 23 00 0386 WK 1/2 To 5/8 CY,65 HP,Loader-Backhoe With Standard Bucket And Full-Time $764.50 Operator Quantity Unit Price Factor Total Installation0.30 x 2,288.78 x 1.1134 = 764.50 5 01 22 23 00 0718 DAY 650 KW A/C Resistive Loadbank $1,003.46 Quantity Unit Price Factor Total Installation2 00 x 450.63 x 1.1134 = 1,003.46 Contractor's Price Proposal-Detail Page 1 of 6 11/6/2018 Page 427 of 1751 Contractor's Price Proposal - Detail Continues.. Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Section-01 6 01 22 23 00 0736 EA Fuel Reimbursement For GeneratorsPurchases made by the contractor for $2,226.80 fuel will be reimbursed to the Contractor at the actual cost of the purchase, without mark-up,for which a receipt or bill is received.The Adjustment Factor applied to Reimbursable Fees will be 1.0000.The base cost of the purchase is$1.00,quantity will adjust cost to actual purchase cost;i.e.,quantity of 125 =$125.00 purchase.If there are multiple purchases,each one shall be listed separately with a comment in the"note block to identify the purchase. Quantity Unit Price Factor Total Installation2,000.00 x 1.00 x 1.1134 = 2,226.80 7 01 22 23 00 1173 WK 3 Ton,4 x 2 Flat Bed Truck With Full-Time Truck Driver $3,103.20 Quantity Unit Price Factor Total Installation1.00 x 2,787.14 x 1.1134 = 3,103.20 8 01 45 23 00 0011 EA Proctor Compaction 4"Standard Mold ASTM D698,Field Soils Test $356.98 Quantity Unit Price Factor Total Installation2 00 x 160.31 x 1.1134 356.98 9 01 71 13 00 0005 EA Up To 20 Ton Lift Move On/Off Cost,Truck Mounted Cranelncludes delivery $278.35 and pickup. Quantity Unit Price Factor Total Installation100 x 250.00 x 1.1134 = 278.35 10 01 71 13 00 0005 0047 MOD For>30 To 60 Miles Radius,Add $69.59 Quantity Unit Price Factor Total Installation100 x 62.50 x 1.1134 = 69.59 11 01 71 23 16 0023 ACR Survey Clear Area For Underground Utilities $3,633.86 Quantity Unit Price Factor Total Installation100 x 3,263.75 x 1.1134 3,633.86 12 01 71 36 00 0003 EA X-Ray Or Electromagnetic Survey Minimum Set-Up ChargeFor projects where $331.20 the total charges are less than the minimum set-up charge,use this task exclusively.This task should not be used in conjunction with any other tasks in this section. Quantity Unit Price Factor Total Installation100 x 297.47 x 1.1134 331.20 13 01 74 19 00 0016 EA 30 CY Dumpster(4 Ton)"Construction Debris"Includes delivery of dumpster, $686.95 rental cost,pick-up cost,hauling,and disposal fee.Non-hazardous material. Quantity Unit Price Factor Total Installation100 x 616.98 x 1.1134 = 686.95 Subtotal for Section-01 $25,014.04 Section-02 14 02 41 19 13 0057 EA Saw Cut Minimum ChargeFor projects where the total saw cutting charge is $512.15 less than the minimum charge,use this task exclusively.This task should not • be used in conjunction with any other tasks in this section. Quantity Unit Price Factor Total Installation1.00 x 459.99 x 1.1134 = 512.15 15 02 41 19 13 0082 EA Drill 2"Diameter Core In>4"To 6"Concrete $75.93 Quantity Unit Price Factor Total Installation2 00 x 34.10 x 1.1134 = 75.93 16 02 41 19 13 0096 EA Drill 4"Diameter Core In>6"To 8"Concrete $411.71 Quantity Unit Price Factor Total Installation6.00 x 61.63 x 1.1134 = 411.71 Contractor's Price Proposal-Detail Page 2 of 6 11/6/2018 Page 428 of 1751 Contractor's Price Proposal -Detail Continues.. Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Section-02 17 02 66 23 00 0065 SF Cleanup And Re-Grade Working Surface $155.88 Quantity Unit Price Factor Total Installation2,000.00 X 0.07 X 1.1134 = 155.88 Subtotal for Section-02 $1,155.67 Section-03 18 03 11 13 00 0026 SF Elevated Slab Wood Formwork $299.95 Quantity Unit Price Factor Total Installation60.00 X 4.49 X 1.1134 - 299.95 19 03 21 11 00 0009 TON >#6,Grade 70,Footings And Slabs,Reinforcing Steel $3,911.29 Quantity Unit Price Factor Total Installation2 00 X 1,756.46 X 1.1134 = 3,911.29 20 03 31 13 00 0018 CY Direct Chute,Place 3,000 PSI Concrete Continuous Footings $966.32 Quantity Unit Price Factor Total Installation10.00 X 86.79 X 1.1134 - 966.32 Subtotal for Section-03 $5,177.56 Section-23 21 23 05 48 00 0021 EA 550-1,920 LB Rubber In Shear Vibration Isolation With 0.48"Deflection $1,619.28 Quantity Unit Price Factor Total Installation4.00 X 363.59 X 1.1134 = 1,619.28 22 23 09 23 00 0907 EA Break Glass Switch $125.19 Quantity Unit Price Factor Total X Installation 1.00 X 112.44 X 1.1134 = 125.19 Subtotal for Section-23 $1,744.47 Section-26 I 23 26 00 00 00 0000 KOHLER Model 600REOZVB,EPA Certified Diesel Generator Set,600KW,@ $167,435.42 I 0.8 PF,60 Hz,3 Phase,UL 2200,277/480 Quantity Unit Price Factor Total NPP Installation 167,435.42 24 1.00 X 134,681.00 X 1.2432 tl 26 05 13 00 0226 EA 300 MCM Crimp Compression Connection For Bare Aluminum Wire $951.73 Quantity Unit Price Factor Total Installation10.00 X 85.48 X 1.1134 951.73 25 26 05 19 16 0133 MLF 300 MCM Cable-Type THHN-THWN,600 V Copper,Underground Feeder And $24,870.90 Branch Circuit Quantity Unit Price Factor Total Installation3.00 X 7,445.93 X 1.1134 - 24,870.90 • 26 26 05 19 16 0251 MLF • #6 AWG Cable-XLPE-USE-RHH-RHW 600 V Copper,Single Stranded,Placed $584.83 In Conduit Quantity Unit Price Factor Total Installation0.42 X 1,250.64 X 1.1134 = 584.83 27 26 05 19 16 0258 MLF #3/0 AWG Cable-XLPE-USE-RHH-RHW 600 V Copper,Single Stranded, $5,718.57 Placed In Conduit Quantity Unit Price Factor Total Installation0.79 X 6,501.43 X 1.1134 = 5,718.57 Contractor's Price Proposal-Detail • Page 3 of 6 11/6/2018 Page 429 of 1751 • Contractor's Price Proposal -Detail Continues.. Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Section-26 28 26 05 19 16 0284 MLF #1/0 AWG Cable-Type THHN-THWN 600 V Copper,Single Stranded,Placed $1,411.02 In Conduit Quantity Unit Price Factor Total Installation0.41 x 3,079.20 x 1.1134 = 1,405.64 Demolition 0.02' x 241.97 x 1.1134 = 5.39 29 26 05 19 16 0293 MLF 600 MCM Cable-Type THHN-THWN 600 V Copper,Single Stranded,Placed In $2,766.04 Conduit Quantity Unit Price Factor Total Installation0.16 x 15,119.98 x 1.1134 = 2,693.53 Demolition 0.12 x 542.69 x 1.1134 = 72.51 30 26 05 26 00 0099 EA 5/8"Diameter x 10'Long Copper-Clad Ground Rods $633.30 Quantity Unit Price Factor Total Installation10.00 x 56.88 x 1.1134 - 633.30 31 26 05 29 00 0016 LF >2'Length x 1-5/8"Wide x 1-5/8"High,12 Gauge,Steel Unistrut Channel $665.37 Quantity Unit Price Factor Total Installation100.00 x 5.36 x 1.1134 = 596.78 Demolition 80.00 x 0.77 x 1.1134 = 68.59 32 26 05 29 00 0028 EA 3-Hole,1-7/16"x 4-1/8",90 Degree Angle,Unistrut Channel Fitting $48.99 Quantity Unit Price Factor Total Installation10.00 x 4.40 x 1.1134 = 48.99 33 26 05 29 00 0047 EA 4"Diameter,Rigid Steel Conduit Clamp For Unistrut Channel $18.26 Quantity Unit Price Factor Total Installation4.00 x 4.10 x 1.1134 = 18.26 34 26 05 29 00 0062 EA 5/8-11 Lock Nut With Spring For Unistrut Channel $205.76 Quantity Unit Price Factor Total Installation35.00 x 5.28 x 1.1134 = 205.76 35 26 05 33 13 0034 CLF 1"RGS With 4#12 THHN/THWN Wire Assemblylncludes conduit,terminations, $960.21 straps,wire as indicated.Not for use where detail is available. Quantity Unit Price Factor Total Installation1.60 x 539.01 x 1.1134 = 960.21 36 26 05 33 13 0053 LF 4"RGS Conduit With Threaded Coupling $25,572.57 Quantity Unit Price Factor Total Installation800.00 x 28.71 x 1.1134 = 25,572.57 37 26 05 33 13 0079 EA 4"RGS 45 Degree Standard Radius Elbow $3,467.73 Quantity Unit Price Factor Total Installation22 00 x 141.57 x 1.1134 3,467.73 38 26 05 33 13 0782 EA 4"IMC Type LB Two Hub Conduit Body With Cover $2,871.24 Quantity Unit Price Factor Total Installation10.00 x 257.88 x 1.1134 = 2'871.24 39 26 05 33 13 0985 EA 4"PVC Coated,Urethane Lined,RGS 42"Large Radius Elbow $1,627.06 Quantity Unit Price Factor Total Installation200 x 730.67 x 1.1134 - 1,627.06 40 26 05 43 00 0148 LF 1 At 2",PVC,Type EB Duct Bank $43.26 Quantity Unit Price Factor Total Installation15.00 x 2.59 x 1.1134 = 43.26 41 26 05 43 00 0156 LF 4 At 4",PVC,Type EB Duct Bank $312.81 Quantity Unit Price Factor Total Installation15.00 x 18.73 x 1.1134 = 312.81 Contractor's Price Proposal-Detail Page 4 of 6 11/6/2018 Page 430 of 1751 Contractor's Price Proposal -Detail Continues.. Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Section-26 42 26 05 43 00 0188 EA 4"Adapter $67.38 Quantity Unit Price Factor Total Installation 2.00 x 30.26 x 1.1134 - 67.38 43 26 05 83 00 0023 EA 1/0 AWG Compression Lugs,1 Hole,Wrapped,Low Voltage,To 600 Volts $250.96 Quantity Unit Price Factor Total Installation10.00 x 22.54 x 1.1134 = 250.96 44 26 05 83 00 0075 EA 750 MCM Compression Lugs,2 Hole,Wrapped,Low Voltage,To 600 Volts $702.14 Quantity Unit Price Factor Total Installation9 00 x 70.07 x 1.1134 = 702.14 45 26 27 13 00 0027 EA 4 Meters And Main,120/240 Volt,1,200 Amp Bus,4 Jaw Sockets,200 Amp $1,475.01 Max Quantity Unit Price Factor Total Installation100 x 1,324.78 x 1.1134 = 1,475.01 46 26 32 13 13 0021 EA 600 KW Diesel Generator Set,3 Phase(Cummins DQCA) $6,898.82 Quantity Unit Price Factor Total X Installation 1.00 x 6,196.17 x 1.1134 = 6,898.82 47 26 32 13 13 0021 0349 MOD For Weather Resistant Aluminum Diesel Generator Enclosure,Add $0.00 Quantity Unit Price Factor Total Installation0.00 x 68,478.38 x 1.1134 0.00 48 26 33 43 00 0004 EA Solid State Battery Charger,12 Cell Single Phase With Wall Bracket, $2,051.43 208/240/480 V Quantity Unit Price Factor Total Installation1.00 x 1,842.49 x 1.1134 = 2,051.43 49 26 36 23 00 0048 EA 800 Amp Automatic Transfer Switch/Service Entrance,3 Pole Circuit Breaker, $793.40 NEMA 1 Enclosure(Cummins OTPCSE800) Quantity Unit Price Factor Total X Installation 1.00 x 712.59 x 1.1134 = 793.40 Subtotal for Section-26 $252,404.21 Section-28 50 28 05 13 23 0003 CLF Red Teflon 2-Pair#18 Gauge,Twisted Shielded Solid CU $162.17 Quantity Unit Price Factor Total Installation1.00 x 145.65 x 1.1134 = 162.17 51 28 31 23 00 0347 EA Remote Annunciator,80 Character LCD,Common System Indicators,Beige $405.50 Housing,Mounts To 4"Box With Supplied Ring(EST3 RLCD) Quantity Unit Price Factor Total Installation1.00 x 364.20 x 1.1134 405.50 Subtotal for Section-28 $567.67 Section-32 52 32 11 16 00 0004 CY Bituminous Stabilized Base Course3/4"ASTM C33. $2,356.58 Quantity Unit Price Factor Total Installation24.00 x 88.19 x 1.1134 2,356.58 53 32 12 13 19 0001 SY Surface Prime Coat,0.28 Gallon/SY $25.12 Quantity Unit Price Factor Total Installation 24.00 x 0.94 x 1.1134 = 25.12 Contractor's Price Proposal-Detail Page 5 of 6 11/6/2018 Page 431 of 1751 Contractor's Price Proposal - Detail Continues.. Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Section-32 54 32 12 13 19 0001 0338 MOD For Up To 150,Add $5.88 Quantity Unit Price Factor Total Installation24.00 x 0.22 X 1.1134 = 5.88 55 32 12 16 13 0005 SY 2"Thick Binder Courselncludes placement,rolling,finishing and sweeping. $5,918.83 Quantity Unit Price Factor Total Installation600.00 x 8.86 X 1.1134 = 5,918.83 56 32 12 16 13 0022 TON Base Course,PC-I $870.19 Quantity Unit Price Factor Total Installation6.00 x 130.26 x 1.1134 = 870.19 57 32 12 16 13 0022 0441 MOD For>5 To 10,Add $435.09 Quantity Unit Price Factor Total Installation6.00 x 65.13 x 1.1134 435.09 Subtotal for Section-32 $9,611.69 Proposal Total $295,675.31 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 56.63% • Contractor's Price Proposal-Detail Page 6 of 6 11/6/2018 Page 432 of 1751 AS Q Subcontractor Listing THE GORDIAN GROUP Date: November 06,2018 Re: IQC Master Contract#: FL-MDCAE04-052014-SES Work Order#: 062104.00 Owner PO#: Title: Miami Beach Public Works Office New Generator Contractor: Solares Electrical Services,Inc Proposal Value: $295,675.31 Name of Contractor Duties Amount No Subcontractors have been $0.00 0.00 selected for this Work Order Subcontractor Listing Page 1 of 1 11/6/2018 Page 433 of 1751 OUOTE li TANK GAL GENSET MODEL GENSET FOOTPRINT ASSY.WEIGHT 33787 1100 GAL DS500 132° X 74° X LBS -H.( .,OI Salolik 170.88'OVERALL 'kg A D157nIImr. Mr ENGINEERING 0eL-Al Dome.00161NUWI0n 16.3 1 FOR ARCHITECTURE 6148'166185 71007(05 901676CE1111 f 5]5]Blue Lagoon Dr. 6409 72!0 6008 7 Sulfa 400 07OI MrII. 7 VIII.BOOR 07809603 7 MIaml.FL 33120 • -CI o 611 0 p • 506+ MCA.fieri 1110641.314E Mere 0 Phone:306.280.6663 • 6600 743041404.071111 FOC 305268.0695 O O 00 14 M"6." 6600 r Kea FOAL 1 wlRroN .50-enpleemmmm Y •'DD • 6643 OUS104EN SUPYULD DU E610000015 —� I 1/L')lLl r APT - 1� 6040 GPO 0.001213ote rrw4hTs5BM . •wrwm a66a.Yay.mr.•.m �� 1 nn1.111114 W —! 4603 34134 14 o mam[B �. q:::;.,,i.:"...,..):;,.,.0 1,,4�1 _ §655 �1 r•C-17-05-0201 =g Ii: B{.e4::IC.,':I. I 64 4670'VIM,51 0.-66MDI 702020 r� tE_.., — t ,11' 1, OVERALL 41/34 CAL:Pr-15-..61-1/a 0 _ 6515 MOM 67 07.005 6 1D COMER F 0 ii �+ 6907 Wet HOCK NOM 17.5 1. .:IM,v•••-•■1�1�_i 1 r Ir �� �p� 6604 mount 6.Ira IIY6rO0 7070070 OPEN O • 1 �f1I m1:!D.® �--- .J�11. Seoul .43151 NAL 1.4061.3 r"y� O C I _h D M� p,"Ip 6 4' a 1V 91168 PNM=OR ErtSNdl WHTE W 103 `4/7 `/ ` oLL 20.5 "-OPEN' g, ,.-cg, }U 160 F LL ar g. 84 OVERALL - W _ L E, D. ° ,5 -- r Et a III lams= Lek MMINOMI ''' -0 1 . lietwor "11_ aha rv1�1�>1� pit �1.. r r �_ Iyy■� �„�., 04ERALL ■ a '� iii•b i.�I./l 106 Fii! la 6. 0,. 6®Iwm I■ � !��I 158.13 i1/ ■.,..........4 . �I• - f46. i_—_ L C ( _ -I6 :� SHIP J �6 3434 ��.IW N Y IIII �'Mfl-=.4-7.—....--..,:t/ I,1. �tF■;�� ,: 9r HEIGHT .. �E Elisio, 1.1111 'ri . im 1�7imm�- ;fir : .t, fir m r • 33.5 \--j° rill �' -- - - 1� L__-,0____I Ebnd6llimnse6/6.5096 L 160 THIS AUTOCAD PRONG 5 BE PROPERTY OF GLOBAL POWER CONWEHTS AOL NAY ROT BE USED IN ANY WAY DEIFIUENIAL 10 ME INTERESTS OF C.P.C.ANY MA`IU6L CHANGES W'IU.400 Bis DRAMS.SPECFR'AIN6SS AWAY CHANCE 011)001 HORCE I ASSY REV GATE: REVISIONS CHANGE MADE BY REV GATE: REVISIONS CHANGE MADE BY G11E-A1-500-1100 ASSEMBLY CUSTOMER/ID:FLORIDA DOA d00 REF: DRAWING REF:AAA033787 04..ma 618043 050 II POWER C07.IPONENIS UDATE 5/30/17 04.11-2018 DRAWN BY:MTB I Scale TLC TLC 340.6 or TLC 07 STANDBY GENERATOR DIMENSIONS E c p ii g e c„..,,,.,E-1.02 . Papa N 1751 5� e P mws L0I.-3 a -- ,,,ax..q x INVd VIO 83SI21 1V1121vde wvaovIO a3sIa S s NVId Goold HO1Va3N3J sea m,-.0 q 531.3333.1.31.11403510 a3® s if -MI .ate. ion. A oil Aa...4 mx,m °°em >ti 90-1E-00 Nlo al..rwa,•xw..r..�0® .xgaa.,a,•a xmn0, mp IN 1.1.3D HI ta.37,01 Z0091.9 ..4.....,, ,wrx x�iovm ai3.v3aman q Q amman nswvm opo. �oamaUhl.xwur.mcw.1,'e, � ma mw � � wairu®qeaems�smxdam.... to m. slave,® nmnvm l •- o O � �;a„.e : a ' a .:. ; q ..or qa nW34m ao �=II.a..3,aro33mu313mannoomar.0 " a;, r o` Em 1 .,a Nom cram meAa..o - 1 :H MB.)p na3Naas m3�a• ® _ .I7''''.40.1=%31,11113.11/...4 o '''''''''''':,...,.-117:,==° ® 1 a ... � aa<,3:,,,„m3gao.r a.�0 3.ao� 960f9/a..�OWCIJ EWA w.waa3ara.a..,01IN 0to 3 tea.aa,.m,�,mon rumeorsaa ,.o 3 d'aw mn Ira°N — Iss5310N 33N "' - _ O.II 0 0 e Awa ,. s,.__...'"P_Yd...w•._�..,a a kl.�f >ax.a NVId 31IS IV0Ia13313) ,irmm,r .ems �� 3 alp . ,. , _, '1�II'I 1.... m.ae�.w n.+cx�4.r�ay-+�+,u an.+a..�so�a wu' II !fi9•-'13. 3 QmJ `^ _- . ',A.S.....*".i.J NOON l0iLLN00 3 n .+' AMwm�i� +RII m N Z n rs •r.,m m •"11•.11 MNtll r,M' a _ ,,,�,+W,v 'JNIISIX3 3 n ""wr1.4.51 1 © NS 10313/HJ3N M _ Duane..hhtaua AN iii -01 *.e4\ CO ....ors ° S o \ mural.-n. x x33 O \ . ww.,.IN.N.N.311 m w�• me3umxm3a rlx p 41001:1301® mane00 1N3N31tld 1ttHdStl �\ 45880. d 1 13 333 ESS9'99Z'S0E...Id 3q.C.31.Nin1107 4, \ 13Z LES 19'3•.11 00 004.N.9 x.0 `\ ',CI u.a00100)90009 .i and aa.vl.r atm x r 3TIn1331IH3nV aoe ,13„334.,1 al o3lq.,.r.,mx..qia ,�3o '\ 11333 9NIa33NI9N3 3]N3 NNnNNH�,S '35tlHd 33tl 10 _ 30.....1 9039© -A LLZN3,®601V133N30 arlald 135310 1.4431x43333 )1 L AM339 V ONff1V1SNI 30900030110HS SII-U. x133031'3euI,WN0 0013000 0000.0as3o sis'w 0003301033.33.04330430'x3.1101 x331x.d.O110.014max 03 'AIJ1I3V3 N0ONI OflOfld-93330 INI13W 01 035404 30Ntl1090)00040151 501530 07,00110310 0llx e00100015gxmr0m 00 1N39304 391803 MOM JO 34009 391 NaOM dO 3dO3S ,N,ON lav AM/ TANK GAL OEIOET YODEL MELT POOTPRBR TOTAL WEIGHT GENERAL SPECIFICATIONS: -CERTISSION: AND STANDARDS: NEC 2014 EMISSIONS:COMPLYING WITH EPA PER 3. 5000 GAL 607250 198.25'%90' 48,750 LBS1 L( ALL VERTICAL WALL& MANUFACTURED IN ISO 9001 AND ISO 00 781 OVERALL 0E PANELS&ROOF MI OF WATERAL 14001 CERTIFIED FACILITY. 169.25 PANELS 2'FIBER PAM/ CiSUMfgN Ott 10225 INSULATON BOARD W/ GA'E-AIYLWN[11 W1STR0CKx /_ �` PERF asAa lee um xmcnxE mnoxmwr,_ UL 2200 COMPLIANT. 1 1 _ssoss r ��0001+MITA ISO 8528-5 FOR TRANSIENT RESPONSE. ENGINEERING -- -- _ ••• • 6661 STANIESS STEEL DOOR 1.0914E 77 2R: LR- _ 6816 mumu vmrcxwru6=xam FOR ARCHITECTURE � ���._ __ Paw m1 nsm 65ULAr 1am POWER RATING:ACCEPTS DESIGN LOAD IN 5757 Blue Lnpmn DY. �1 �'� ONE STEP PER NEC 110. 6691.400 �.:��•! SPECIAL a'nmR t6L1ATRV eQAEm Mb1n1 F1_931213 �1Ee,,Y .`}\, *805 le:[1NIFAa*1 00. uAiY PERE POWER FACTOR>0.8. Phone:305.268.8553 ■M1,.', - '• — ► .6. PIH COLLAR Ne1hm`3osZ800**. ` BBN a 0.9 vwum wwm ROI 2 YEAR STANDARD WARRANTY. .6oeR91neereso 1 I• 0.0100.61.`,1 _ flaw CFC l5U.V tlauusr sxtw ®@660018 — I INTFRiNLY YMINRM S6Q'CFI1 efA'FW>m 1N6y�lahAWMnHv _ g fins ELECTRIC STARTING MOTOR-24V. C¢¢1 sa'6F<-E0-18-mSf-e4 CHARGING ALTERNATOR-24V. 112 �•= I I. ' F '— I 124 K O1sOHAR4ESUSTAINEDSHORTCIRCUITCURRENT UP TO 69T0 flJ ci 91-1R{D000-SwOPERRO6 PA61 T 6Nuti_ 300%IN 10 SEC. 11 _^-_ 651*-EIN8NN5(WW661Ml.I6l 11 IIIMI.1I `%�'�.�. _ 690*MOUNT W 845 BATTERY C1uTNm DIGITAL,SOLID STATE,VOLT-PER-HERTZ • 4 1. [I.;11.1.T,.i'./* .-.I—L,1a`1 7!�1 REGULATOR. _. __ 69016 00191.E w11¢eluac HEATER •■III '`�� � 6910 I884I01.819T MR PACWF J - • O�'O. m wtt Inc=vF Ff FvtimE(6u — +/-0.25 5 VOLTAGE REGULATION. U 691] LAR ST1Ttl1 a ® ^�O _ 6916 as AT5R zb COMMUNICATION TO REMOTE ANNUNCIATOR. LL O O l 61'6 1 "X,0 S61mLr�pENGINE JACKET WATER HEATER. F- l� ® 66.e lwmalawa LOAD Z a m 1 uL6 BM mGiaAs I FUEL CONSUMPTION AT 100 R=4.2 R- --------------,..-'-------1-..,.,----------.__./------- 3SIE ?� STIP.. PNM 0601 ELG9IELL 11812 GL/HRW O O m —48 SNB UP— DPBR #ID MFT-10468 FUEL ONSUMPTION AT 75 5=3.3 TQrE ,it GL/HR ¢'- m1' EMERGENCY POWER SYSTEM. ''t" a I ROWER RIPPLY-GENERAL L REOIIWEYEN 381 } E 124 OVERALL STANDBY GENERATOR SHALL BE 9101 THAT.IN THE EVENT OF MOIRE OF TIE NOMA POWER,THE EMERGENCY POWER 9JN1 BE X = MAME ATM THE TIME MARRED FMN THE APE:MAMA Om NOT W n .ITTTTTTTT■ 1 I TO MEW 30 SECONDS. 0_ COSTING ELERGOWY LOGS ARE CARIRRLY POwE ED WTH BATTER/ 0 II " % ` � 9 -- BACKUP 980 REAM'TO.TM IS SECONDS AFTER THE POWERrc FAILURE D_ 411111 WW� 3FUS IAN'll-..0- SSI - A. v MAIMUEL TANK wrni CAPACITY FOROF 96 HOURS IS MING AT 111 PI - �� - , I, I1 I, 1 _ - _I--- I CLASSIFICATION OF TIE EYE%ENfY PAID RIPPLY SSIEN. Padiebre No. Dale Desripan II I- T16 SWIM GENERATOR AND tiff ATS MALL BE PART OF THE 9 Q / I2�QECT1eO1 CONMALARAND SHALL BE DSIWL WEAN En AS LEVEL TUT TE rTYPE %6 s IC/PABIEro ACII1OEIN TEs TRW 30sEHroMliE615QIIf II IIIIli TIEBLRMT POWFAFADSEEECIIeCLL CONTACTORSRALLWOETHE_ 1, A I■A iII IIII,II 111111 IIIIIIIIII'r•% II.. 0. I REWIRED ADJUSTING TO GET THAT TIME s' ♦�-.'I=i■. wow. 202.58 ® .1�IIIF W■ i1 1 �'�I�I�AAS 056 HEIGHT - -�^ —-��, ` S AN THE WATERGENDATORAC 931 BE HEATED TEMPERATUREKET AND BATTERY RYRY ro 101=0 I�TI��i TII I I lL-i If il�`T-�� 193 ,n • BY THE MANUF CTURER OTR COW START AND LOAD ACCEPTANCE .if SHIP ■ ■ r ■ ■ ME MEMO'GENERATOR MILL BE PREMED SIR A CONTROL NJ (8 OO (K PANEL COTA6RNG THE F0UfMINC: A-NIIOWr34 REMOTE START CAPABLIIY. ss Marvel Ytlfnee0,P.E.B. 'INN-OMMIICYAIIC'DECK PAM415n4 License 163096 C.-0010618158 ALARMS AND METROS AS MUM BY NEPA 110 66 THE CONTROL PMEL SOUL BE CAPABLE 10 MD THE FORMING INNNUTON: A-MOI ENGINE TEYPOUroRE PRE-ALMA B.-NM ENGINE TEMPERATURE(MD 050100WN). • C.-LOW WOE OE PRESSURE PRE-ALARM _ D.-LOW WBE PRESSUREAIAFM(A10 SHUTDOWN). $IGH.5100E-OVERSPEED(ARO SHU 234 I RADIA1TOg END .I f.- MAIN MAN). 76 G.-CONTRA DITCH NOT M AUTOUATC POSITION. H-LOW VOLTAGE M BATTERY. I.-BATTERY CHARGER AC MUM J.-RR SHUTDOWN LAMED WHEN USED(AND SHM0OWN). °'°1°°91': 616043 B.-RELATE OERGENCY STOP. IASSY AN BR OENOY MANUAL STOP STATION SHALL BE FACTORY BURT-M v o-. 0411-2016 W REI/MIOAS REVISIONS oN TME GENERATOR HOUSING ADO1064.A REMOTE EMERGENCY 6�..mer TLC REV DATE: CHANGE MADE BY REV LATE: CHANGE MADE BY GWE-A1-1250-2000 ASSEMBLY TN NEPATROL M ME REMOTE5MANUALS A ,4� TLC 1 1 1 12/8 CHANGE LENGHT&WIDTH,ADD LOAD BANK MTB CUSTOMER/ID:FLORIDA DDA . SHALL BE LABELED' 6�.ri.Tur tJ6•=tw' UPDATED SILENCER, ELBOW,&RAINCAP JOB REF:MIAMI AIRPORT 2 12/113 we REQUIRED 51901 x0*11 BETWEEN C TRARIAS OFR SE ELECTRICAL AND CONTRACTOR STANDBY MOVE DOORS DRAWING 5-253 701 4276 C COMBS AND WIRES FORCu�NmLIRACmRNSo DWG 45-25377 POWER COMPONENTS ARCADE NECESSARY CMOGOATE TEM GOffRATMR/TRANSFER SWITCH uwIPArnIRE5564 GENERATOR DATE: D 22/15 REPRZENIATNE FOR AM!MA:0 MM. ° DIMENSIONS B DRAM BY:SK Fi B 191.-Ham E-102 r i MK GAL ONSET 11000. GENSET FOOIPONT TRIO 050001 I 5000 GAL DS1250 198.25'X 90' 16.525 LBS 1 Lm( FDEP: *= 2" PIPE TO TANK TOP UNLESS OTHERWISE NOTED [—" aD.OF WTD ENGINEERING TANK#EQ716 a �S�P3158� F CPLG.r,E-VENT ON ,FOR ARCHITECTURE � 5757 Blue r. SPILL BOX#EQ567 E'' T 3665 F TPA 2".MEM N/3 1' 1118E 11 Allem!FL 33128 BASIN ALARM#EQ817 , U 3655 F OVA r.SUPPLY,p[3T'Dw TIE 1 Phone:305288 855 288.6895 HIGH LEVEL#EQ817 I X 1003 FLWGE z',FUEL LEVEL GAUGE7) wwM.lbe gnaeO.mn TOW-75PD0f67Di trJ6IE A01PRA f/PS6tBflE{7) , 0310030015 4T I 3 8 $ 5 $ ,8 .. Z 33005 FFLANGE.2'.STANDARD LOCKING VENT CAP CAP 1 •r¢rin�nceo�arrer.nre 2 3 3 S R $a •K 4301 I1-Ile PIPE TOE L-30-I 1 I E n ' SPECIAL F CPIG.1-1 r,ID-FPI-8815 FLOAT 1 11 I - I I I 'II 1S I 1vPI I MAT:C N SUPPORT CHANNEL B 3502FLMIGE I/x',EOSIN 15 FL 1 U Ir / I r b (MSS-1E-2075N) 071".12 C 8410 1/2'FLUSH MOUNT LIFTING FATE 8 H * 'Plain 4 NAT:C4XS.4 W/.2S'PLATE D 8003 REMOVABLE END PLATE-3'BEND 1 J ' -•_ w FS I % E 4000 48'STANDARD ELECTRICALW/1/2 STUB UP 1 8 F 3600 F CPIG, ',HMG 1F/1/2"�TUBE 2 Cr) U1tlmn+umeIae0oc c Inc. I� ;■.II'=1 1I ' I 0 uLu2 LISTED PRODUCT G 1093 MS,2.,3,CONTAY1FEF, LL ' III' �i all IIfI! 141-118481 21448743 J 3188 FLANGE Ba,CONTAINMENT E-VENT 1 F I I I MH18 81 MH4R7 3 21-62270 K 3198 FLANGE.3',FRANCA W/PLUG 8 Z OmNPOMSaWPus1� L 3190 FIANCE 310•,FITTWG W/PWG 1 W Q s m M 3191 F.CPLD,1/2',FITTING W/PLUG 2 cc LIn' W F o- 8220 7 GAL SPUL CONTAINMENT BOX 1 11m GLSULu2SUR-6YSE TANK-006506 6303 r I-BEAN CENSEF SUPPORT 8 m IoReemmN 8420 ISOLATOR SUPPORT PLATE 12 Z W n ante =RD aam� 84x8 CPC 408 C BOIATOS(LLSS-IE-25751 12 W _ 1380 SIRES 4W 1FR(MP 5851F>i9E1. 1 2 2025 SINGLE SUPPLY PUMP SYSTEM 1 R 8604 1015 I/O HP CARBONATE MOTOR,1$ -6i)72 DUM NIX NEADasrM 21554 GR.105 V211GR3aT5 1 • 11S/230V,SO/60Hx,48YL WARE R IJ ill! I ■e ill.' k d •42C01scRACKEDCONCRETE BRONZE CLOSED COUPLED 4GPLI W I I'li �i I'.I \ ■li L� ROTARY GEAR PUMP.3/6•PORTS 1 a PI \ I PROVIDE SIGN AS50 2.704 FOR 2ua501 ITANK 8400 {81A NIP 8140/00.FOt 9INT NIP 1 O ` 224802210112 • -1.1841.131G �arv,KIG:2022.MD MIME iM2ED 2010 REVERSE PUMP SYSTEM 1 D, 1/2 HP CAPACITOR START MOTOR 1 8.'1 .ll O A� I 0 YARLE Ha7ARD- wA 1Q,115/230V,60H/48 FRAME 11 23 .G2 LH�D 8070 BRONZE CLOSED COUPLED 7GPM 9 'J �II,1t�!. U I I eVJ T P ROTARY GEAR PUMP,1/2'PORTS 1 I�, r ROA= 1/2•FUEL STRMNER 1 I "-- 4 „ " I y��TAW 118-150 1/2 SPRING CHECK VALVE 1 am �; Ray ksbm I-48--I e. _JJ/ IP '• T3T'P.l r9f:X q 5 i 100-1*1/r SOIFTI�6400!(120YAC,NC) 1 012085 215 FIRE RATED DOUBLE WALL TANK 1 9638 PAINT COLOR GLOSS BLACK GENSET OFFSET 6" TO LEFT SIDE 1 124 8 S d :. 5 C 8 B 571313---1118 8552 ILII—,I,2000 45 g - --- 03(1 X Sli/14130 I I 'I•-1• I 7jy'ap�— 5 8 e�A ~j p ' -`-=�i I �I Manuel NdWaIO,RE �r �r �r if�r _II It Tw I FIANCE 1/fJM-•YIM�.. • Roddy Owns@63096 M II 0 0 0 liii 68 i R,q."rn: 818043 2' Ivw De" n x M 2 04112018 O H 2 I I I RIGHT SIDEI I Tri1P(1� I �•I RADIATOR END 115 120�' Drawn sow ,�,",, r c A lt'0155ET5 N/ 3 g 4 $ g BOTTOM 1.5 118 HOLE a camp Mt SUB-BASE m I TANK DAILY 2 REVISIONS REVISIONS E. FUEL TANK I REV DATE:_ --CHANGE MAGE .. (BY I REV I DATE:I CHANGE MADE 1 By I SUB BASE TANK R/ RUPTURE BASIN & STUB UP " e 2 E-103 8 I 7 I 6 I 5 i 4 I 3 I 2 I 1 1 L( m sm ,me Ism • sm GENERAL NOTES ■ ,. ENGINEERING D -•\ /I•\ �I Tu" m,e,o - D FOR ARCHITECTURE I. 5757 Blue Lap Dr. $ SN I BmSLaa rar ___ MiamI,FFL33128 qq Phone:305268.8553 g't C. I o.KNTu'`iAi}"oBWR'55,F SM Wore'.n4:M'''''' Far pa.05p18.895 am I ___— .f.__I xuP.R toe.AN.Pomm SI.nwm a•BA ES(0000015 • "5p Pt.OLT AOIar d 70/16,0.11,....1r asa•ro rat raw Ma KW ACCESS *WIN TA 1126 5*Mrtnk TOP VFtlcorr..,,r.a Immo TAH Nm. saa h—m.m mm r—" SPECIFICATION/ L s=MINE=1 6 mo -.POND PA-DSO Nol CO Y I..,r 4• Wu n[ swat[ gel sm....um C , I....f.I 11__.'.3-`. POO hi CABLING N07E5 C '.I'1�H21,=�I. U W om II��fl!•13-.T.�� - Nom< MOP.IS.. TATa,.a...S.!AO.IAD.O.,. m 11•614111P-A,I mD , NorEs T soo-2o0o Av Ps i85aBf6W.E CASs I.WAND IISITI_ FISH)El EVASION 1306)SPX:'i60 COWS SIDE VFW REAR sow a D I�w-Im[R�`Ia L� 'C w MEve}a mil+ccOAPS.m,ar 06006106 MEW WO os GM,Noalag MRCS PER MOM. ..,.....,..>,porno oi'rmem To aw ,nr.�ia mar=m M.m<a�,IPa A wx.gaSmt 1005vizi r mw Ta So(SI MOKI.CAWS FR....N B ONE I INC DIAGRA1.15 ”m Tam Km R�,s`(';A,`.`'mw`vu a®- B Beilatess Da 13. °®'°m" - CIRCUIT BREAKER: ITEM 52I `7 Fm,um on,:war mn " wsvm'.`.wmcw.'b"m F4..,°m°,a.saws gym'I�.,.v«r.�. r,s' c ri V.- .' ' . N eTaA,L GENERATOR SET \ �t iWN ` >R�rtNn s.P Ras ./ auN 0100 SMITH N $ SWITCH N t✓ 1 srmT� �:D.a.aS., .5555._.-_ _— ,.,>-.-r---..1.., I+' N MNn e4 PE N., 2 54,,J'na"' Rarim LOT ss 163096 . a 0 W ., ,_ :,,..1111.3 A f f m �e *,,,,,7- Tom, UO .I...I m A w.e II Na.a I, ---�aPo CALM POOL I -20.X.R.TS BMW=uvnRL - 1 B� . TEIPE "�; ...;,y .�: ..�r,.L :/ —— ---,,,:..k, s:.-I__. O TT....,,m i (WITH SOLID NEUTRAL) (MTH.SWITCHEO/OVERLAPPING FIEUTRAI.) +R— «, -� -I-DS1 3 ...........— _ -3515 7-OSt 8 I 7 I 6 I 5 * 4 I 3 ��, a `I,a 2 �7 1 P,9„a�: 619002 E TE 5 ..5.50 .._.5...............01.0........_. ICA.mu 03-31-08 n 1. SUPPLIED651160WITH STANDARD MECHANICAL(SCREW TYPE)LUGS ON THE LOADS EMERGENCY BLS STABS.1R TLC 3 UP TOONE(1) 500KCMPRASE AND NEUTRAL EACH SUITABLE FOR CONNECTION OF THREE SETS OF CABLES Drawl By:appw.y:p TLC S 2 OROU40 LUGS..PROVIDED STANDARDAS FOLLOWS:111010-SN ANG CWAL CABLE Salo 1/9'=1'-0' bPawing T.Oss CIRCUIT BREAKER ITEM MIU m AUTOMATIC 1. 10096 HATED MOLDED CASE CIRCUIT BREAKER BWHFI000GTSOUDSTATE ELECTRONIC TNA. Iv TRANSFER SWITCH S DIAGRAM R amM°w: E-104 TAW POWER SYSTEMS, INC. ®o® 1500 NW 15th Ave Pompano Beach, FL 33069 Tq Ph.: (954) 977-0202 x1759 (800) 876-0990 Fax: (954) 977-9249 John.Potts@tawinc.com ‘‘? Kohler Generator Systems Distributors KOHLER POWER SYSTEMS DISTRIBUTOR FOR ALABAMA, SOUTH GEORGIA,FLORIDA,LOUISIANA AND MISSISSIPPI Date: August 8, 2018 Offer No: P1808-0105 Contact: John Potts Contact Cell#: (954)-234-4226 Project: City of Miami Beach—Public Works ****************************************************************************************************************************** One New KOHLER Model 600REOZVB, EPA Certified Diesel Generator Set, 600KW, @ 0.8 PF, 60 Hz, 3 Phase, UL 2200, 277/480 Volt with the following: CONTROLLER: ADDITIONAL ACCESSORIES: APM402 Certified Factory Test @ 0.8 P.F. Controller meets NFPA 110 3 Engine, Generator Parts, Maintenance Manuals 1 Electronic Manual ENCLOSURE: Vibration Isolators: Internal Aluminum Sound Enclosure 5 Year Comprehensive Warranty 181 MPH Wind Load Rated Load Center Critical Silencer SUPPLIED BY OTHERS New Fuel—First Fill of New Tank COOLING: Installation Unit Mounted Radiator Local and State Permitting by Others Block Heater, 120 Volt All Infrared, 3rd Party and NETA Testing if Required FUEL SYSTEM: Flexible Fuel Lines Sub-base Fuel Tank, 550 Gallon, UL142 Listed TOTAL NET LOT: $125,870.00 FDEP Package Fuel Transfer Pumps—Supply& Return Fuel Water Separator ESTIMATED LEAD TIME: 16 to 18 weeks after release of the order. This GENERATOR ACCESSORIES (Electrical): estimated lead time is subject to change daily due to Line Circuit Breakers, 3 Pole, 100 % Rated availability Qty(1)800 Amps, Electronic, F.O.B. FACTORY, FREIGHT ALLOWED TO JOB SITE ENGINE ELECTRICAL ACCESSORIES: Battery Rack and Cables SALES TAX NOT INCLUDED Starting Battery, Lead Acid Battery Charger: 10 Amps Regards, CONTROLLER ACCESSORIES LOOSE: Remote Emergency Stop, Break Glass TAW Power Systems, Inc. Remote Annunciator Panel John Potts Senior Sales Engineer AUTOMATIC TRANSFER SWITCH: Qty(1) Kohler Model KEP-DMTA-0800-NK 208 Volt, 3 Ph., 3 Pole, 800A, NEMA 1, OFFER VALID FOR 30 DAYS FROM THIS OFFER DATE Service Entrance Rated (LISTED ABOVE) Page 439 of 1751 EXCEPTIONS/CLARIFICATIONS/NOTES: (OFFER ACCEPTANCE BELOW) Delivery, start up, and load testing are quoted as during normal business hours. If after hour, weekend, or holiday work hours are required, the Contractor will be responsible COMPANY for the overtime differential unless otherwise noted. • AUTHORIZED SIGNATURE OFFER BASED UPON: TITLE • Drawing E-101 PRINT NAME DATE NOTE: TAW's STANDARD TERMS and CONDITIONS apply to all TERMS & CONDITIONS ACKNOWLEDGED: offers for purchase and any purchase orders accepted by TAW.You may find a copy under the terms and conditions section at TAWINC.com or please contact our office at 800-456-9449 and we will forward you a copy.TAW will transmit a written delivery schedule based on the INITIAL manufacturer's confirmation,approximately fifteen(15)days after product release. Also included will be the related progress invoice values based on material shipments. All TAW offers,plans,specifications,and technical drawings are copyrighted works and contain proprietary know-how of TAW,and Buyer has no right to reproduce,distribute or publish copies of TAW's copyrighted works or to create derivative works of TAW's copyrighted works without the express written permission of an authorized representative of TAW. • Page 440 of 1751 SIQC Detailed Scope of Work THE GORDIAN GROUP To: Andres Solares From: Isreal Baker Solares Electrical Services, Inc The Gordian Group 10421 NW 28th Street 30 Patewood Dr Miami, Fl 33172 Greenville, SC 29615 No Data Input (800)874-2291 Print Date: November 06,2018 Work Order Number: 062104.00 Work Order Title: Miami Beach Public Works Office New Generator Brief Scope: The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Detailed Scope: Provide automatic transfer switch and generator including all conduit and wiring,excavation,surfacing repairs,testing, permit,concrete slabs. Subject to the terms and conditions of JOC Contract FL-MDCAE04-052014-SES. Isreal Baker Date Andres Solares Date Detailed Scope of Work Page 1 of 1 11/6/2018 Page 441 of 1751 QUOTE# TANN GAL I ONSET MODEL GENSET FOOTPRINT ASSY.WEIGHT II 1 L( 33787 1100 GAL DS500 132° X 7e X LBS BiL 01 WIT.. .. 170.88 OVERALL PART 0 0ts0R11,0a4 en ENGINEERING caee.wr 01111.40m6T3eaa0e(060) 1 FOR ARCHITECTURE 666 WWII STNIC10 1 RII1U64011017 1 5757 slue 1�p Dr. .tSEEL OC. 7 Bulm 400 0 _T ESDI=MUSS STEEL W VA tt4mx.wZ 1 Mlemi,FL 33128 6661 1ttlT Mat NUPI6CNC L6V.F0+ Phone:305.288.8553 SyL11 ■■ .6Uo dSMuIGE Oka FOX:305288.6885 • C—'-- -0/ • I. 0 n • M■ •� • W. a'WW1 PSU LIED REF .t0-00p1 6mu.mm O O 00 1' mLn®i ,1•' _ _ Sem cvsroau+sur>uco nu ®!0000015 -_ I t7;-�._IEL..1 1 .. 1 ,.9 6610 sac 91PPUED E1.14/$75111-0,1 .EmApm...../.14/411434‘. fry! 101108+14 WOWED AIPNCER q ,e .a BBSS A E-c-u-66-M-Y YMCA_SLEN0EII 0rs❑wKE l}U 11: 1 I1'E ■ 1' .*- 84 4476 [ABPs:a-eF-cwoa i'',.: `:r..a{j1 OVERALL cs PAN cm:Pt-Ss-Ol-oe '7 mo®ttuc516w6 w ExKJma 175 O 1.111 I.'1iiL 4111 frlt j`_ - 6304 1001 y&MI DAVM MOWN F OPEN O I ff exam mY+'s "I'. I - ,1• ✓10 SPECIAL PAM hYCW 00008❑L AMIE W r ❑ „ N E. V10 ILL a7 O C ❑ ❑ ❑ 1 111 OS7 -'- -1 T- (3 �aPE1a U m 160 ..e lai. m 484 OVERALL W 'Q Igor gill . 1.10•Arti ift_a ur liT.7iiivioAre....1 Tr:::::::::::::;-,,,,,,,,,,,, i1•'�r ��.�+�: - TOB 11010 9 sHp I- 158.13 �I .....-_......... Amommm 1 Q OVERALL �,� r 11. h �� 946.5 1`144 �� 11' • h �`� i11�.1ii�il �: Ilr HEIGIHT Ir�� f r IIltr. .�'SF•�� I.ipij ft! -1�'ETI`rl:. ' [ hV61111.0U 1220,1 .1-.- �ilrl j1__.—T hV01 No Des Dosolm =.. Snei -'S Manuel 06!6111006,P.E Florida License 163096 L160- ..1 1....____70--J f THS AUTOCAD ORAW180 6 TIE PROPERTY OF GLOBAL FOYER COI RS AND BAY HOT BE USED R1 ANY WAY DEIRIBENTAL TO TIE IN100015 OF C.P.C.ANY MANUAL CHANGES WE11a0 TRS DRANK.SPECIFICATIONS BAY CHANCE W1NR11 t1TCE I ASSY REV DATE: REVISIONS CHANGE MADE BY REV DATE REVISIONs CHANGE MADE BY GIVE-A1-500-1100 ASSEMBLY - CUSTOMER/ID:FLORIDA DDA f,..-a JOB REF: I t DRAWING REF:AAA033187 "^me"' 618043 - DWG f:X GL0. POWER CO2.IPONENTS sum oux a 04.10 5/30/17 0411-2018 DRAWN BY:MTB o..,5- TLC - 44ate, TLC g m 0 6 STANDBY GENERATOR DIMENSIONS 0 2 n g 0.0 8 E-1.02 Shen d Pe0441201751 '11KtT nulta: SCOPE OF WORK: 1 LI( . THE SCOPE OF WORK FOR THE PRESENT Q MS/Wall.esPeunox P,wE,w.1 OP,TO MAAR/ DESIGN IS TO PROVIDE STANBY POWER TO REFER TO MEP MGR.FOR MAIMI BEACH-PUBLIC WORK PACRRY. Op NEW e0.3 POLE MOV. FIA-SLS OF DESIOX,SCO•4100EL 16°x.xTHAUUx CCM.WO,3 POLE SOLID STATEJABEL AS TIMNI OM THIS SHALL BE DONE BY INSTALLING A 6001tV DIESEL FUELED GENERATOR®i6M17V- QNEW SEM.ENTRANCE CONDUCTORS INSTALLED UNDERGROUND.REEEV To, RISER FOR OM. THREE PHASE. ENGINEERING FP&L \ 8'CHAIN UNK FENCE ONEWGE GENERATOR F RIGID ESUITATTAwED TO EATENORWALL µ ECO FOR ARCHITECTURE VAULT •\ 1171,NEW u,URDEPGROJNO,Ir era REFER TO 6757 Blue Lagoon Dr. O 5205ufte 400 •\ FBerN,FL 33,YD Phone:305288.8553 , ORCUTT DIRECTORY.MEP TO MEI Sal..FOR illPINER 1FIFORIOATION Far IAO-e5. 288.6685 \ ASPHALT PAVEMENT ODD Eswm�mTSALLTxEWAY BA000 ELECTRIC../LLE00100.,1,001/ I vj0000015 .\ ID NEW GENERATOR. P. efeRgl Py�fvb/tl�alc eO EXISTINGM LTUM CONNECT TO MEW TAMM,' Ilk s 0 GENERATOR EMERGENCY SAUT-OFF \.\ D 0REMOTE.NNDNDATOP PANEL a ON 0 1.,�.1 ®r onsite M a, __.,.1....-..... le _II energy ' o G a ,••••••••••••••. .......,•/•••• U O NECH/ELECT RIA .R. Q m 4 © 1 EMISiINC ww.nrm ,ecn ••••••••.•••••• =W O A NR TANK w.v .s v (9f CONTROL ROQY ...--7.--,,,,-...-w:=7:::.,.......... m MEL•au Au.*Lad.a .Tac ar m IN WI • .S ,, r /ELECTRICAL SITE PLAN '• ..: 1.0,4 �e ���rTsmlip•ra I.^..ate,. PM, £ .w...V—.— ..r.—�....ew. ter— e. N ig S -0• -0 ._-. • KEYNOTES: Seel YDnuel YtlfineEo,PF. ii I _I Q xEw MP..ew-¢ .TOWTCTPusFER sxrOv mw> _ Pe, RATED eaaSOF DESK.iIGD Fbrieo lirsrse(5T096 ..,VEP IN BONDING NA PE BETWEEN HEMP),11. ,p1 �xIROOMING ELECTRODE I} jI D N e oP WN ® e ,,,,,,,,.A�o,M,.NO N„z Imo DM 5 .43 I I svucTuv�sETy ��_mW PwTn Ni�+m wv��: 615002 m D �R =Ewe ANELSONDE oo � �R m ®ro 03-31-08 9 mA 000,,w.aura ®SwsnxD PGRNanm Pznow Dm.e D✓, TLC i pp....der TLC some 2 OE REMOVED,DISCONNECT T..CELYES 3 DISCONNECT Fl..1 POWER SOUP.,EernmxonSATmTx EN VA GENERATOR FLOOR PLAN& RISER DIAGRAM S OPARTIAL RISER DIAGRAM a 0....p1*..,"_ E-101 xi Il snDec d - GENERAL SPECIFICATIONS: JOB A TANK GAL GENSET 1100EL GDSET FOOTPRINT TOTAL WEIGHT -CERTIFICATIONS AND STANDARDS: 5000 GAL DS1250 198.25"X 90" 48,750 LBS NEC 2014 EMISSIONS:COMPLYING WITH EPA TIER 3. 1 L(. ALL VERTICAL WALL& MANUFACTURED IN ISO 9001 AND ISO 381 OVERALL 169.25 PANELS&ROOF RILL OF MATERIAL 14001 CERTIFIED FACILITY. - - - 169.25 PANELS 2"FIBER PMT A aE]LI® tt DON O 102.25 - INSULATION IKE ARD W/ POOL RI 3 UL 2200 COMPLIANT. _`� i I — 6505L WV AOC= TO. ISO 8528-5 FOR TRANSIENT RESPONSE. ENGINEERING I — -HIM! ROAMS STEEL DOOR IMRDHa FOR ARCHITECTURE ® o U` •O o0 BBTO F>15 50<4 VEA A Nf"¢Nom POWER RATING:ACCEPTS DESIGN LOAD IN 00000 PM ' .. e676 ORM.nA IL Nam ONE STEP PER NEC 110. �'7 y��4� Dr. SPEm11 DIWR mluTION BOARD ETe I.FL33128 .�-' 1„,..,. .122•E - 5005 EINE MtOa6 i2-41.01126.10'11 FFRF POWER FACTOR>0.8. PF0153005288.8563 • —I 1 .1.1 -- L E ` - - 08<5 asap wwTS 5055 2 YEAR STANDARD WARRANTY. Fax 30306218.8895 •-. , • . - 6610 CPC SxPPNED E»WIST 5951EL m 11mOWi6 ��- NiEFNNLY BORK°MUNGER •246102 PRI BLBO+•bbinbAmle 11565 ELECTRIC STARTING MOTOR-24V. _ / s�OC-E-t-z-to-OtWe/ CHARGING ALTERNATOR-24V. / \T _ =mwt SUN=D6ETWtGE SUSTAINED SHORT CIRCUIT CURRENT UP TO 112 1 / 1-: — ' CPO EMAY:¢-t S-121F OPEN E' 124 pial rip PPR.F,:r0,_D1-16— 300%IN 10 SEC. IIr.I 8000 caws'EKiEti•'roN --`:' �I. 44- 9510 Gmvm TiNts7943NIFT E-Tfati DIGITAL,SOLID STATE,VOLT-PER-HERTZ I 111.1.4.11110 I _ICI c ,� — 6904 WONT•IMRE BAEEh'CPM REGULATOR. z_E�, .:;:o1II;�:;•�;�,�,t♦• ,[:'� t•.17! 6902 DOM R WIRE RIDCN 1faE6 ]�'I `�, sato wuNocuEt_tr uW1r PAGNNE +/-0.25%VOLTAGE REGULATION. U 00 _ _ wt Ixv,rDEscDrt ionu��(tap wm}_ CID 89'] LMAC 9WTCIT(1- Q I • o� 0 O 6B 6 ttri 0. 0 s�P _ COMMUNICATION TO REMOTE ANNUNCIATOR. LL IMH 6918 TEE 142012-DIED 002£2 2a Nm ENGINE JACKET WATER HEATER. ® 0 Q �O - 6914 MA[IST PIN¢011.190 2 F m , I , I I._ — - — J I —� , 6156 LIMB DOW a WILE�D BANK6555 FUEL CONSUMPTION AT 100%=4.2 Z Q' 6J L"----------------' �� - �� 91057 PLANT COLOR EGGSHELL MITE • GL/HR o LL II—48 STUB UP—, DPBR #ID MFT-10468 FUEL CONSUMPTION AT 75%=3.3 W el- K GL/MR (5 W m ti 16 EMERGENCPPOWER8YSIEM. POwER SUPPLY-GENERAL 381 STANDBY GENERATOR 1 BE REQUIREMENTS.05 THAT,IN THE EVENT OF - - 124 OVERALL FAILURE OF THE NORMAL POWER,THE EMERGENCY POWER SHALL BE S 'I AMITO ABLE N E REWIRED FOR THE APPLICATION BUT NOT SECONDS. CCUS " I EASRNG EMERGENCY LIGHTS ARE CURRENTLY POWERED NTH BATTER! 0 •. . 'I', - FBACKUP AND READY TO 5108 10 SECONDS AFTER THE POTSrc ! �� El. ' , COMBUSTION 4ENNGIIUroFUEIID 8Y 01�A2 TAPE AN INTERNAL NEL 4'10 ! II - TANK SPOIL BE PROVIDED MTH FN0101[WAMIY FOR 12 TIONS OF oat CONTINUOUS OPERATOR ATA LOAD OF 100%POWER MGM. - 1!� �,�I — _ AUXILIARY FUEL TANK WITH CAPACITY FOR 96 HONE S CASTING AT Hamar. ME iAtl111Y. � ,; r N� .b D�Pm m (- Wt 127 CLASSIFICATION OF THE EMERGENCY POWER SUPPLY SYSTEM. I _ • . TNS STANDBY GENERATOR AND TE ATS SHALL BE PART OF THE • • E 10.NO CLASS 0 1 } -- - - A TIL ELECTRICAL CNIMLTOREPSS AND SHALL BE RSWO.VERIFY TRATWTHE EPSS IS TO ACMATE IN LESS THAN 30 SECONDS FROM THE INSULT Mill �1 SII I D I'1 ( TIE CAPNORMAL POWER i 800181GL CONTRACTOR SHALL MADE THE d'W■ Ill �W il�I�IIIIIII I llllllli).T II��� LS 20.56 REWIRED ADJUSTING TO GET THAT TDI£. •I = / / OVERALL (� THE srANOYGENERATOR SHALL BE HEATED/5 WSESSVY TO•--_______„. Ocu `lEaimi, RIS ` �41h �T �MDNM Ixm SHIP 8l EMANUFACTURER FDP START ACCEPTANCE. _` y ey HEIGHT , THE BAERGENCY — OA 0 • 18 0— PANEL CONTAIN GENERATOR 4101DWITILG:BE PROVED wIM a CONTROL ' A-AUTOMATIC REMOTE START MAPS' mel Manuel M6lfinetlD,P.E. B.- RAIN-OFF-A4ROMATC"snTDN. 0<Tu5 Uollse 863096 C.—SHUTDOWNS,ALARMS.AND CONTROLS AS REQUIRED BY NEPA 110 66 . THE CONTROL PANEL SHALL BE 0110881E TO OFFER THE FOU0WWG &FORA1100: A-HIGH ENGINE 1EMPERATORE PRE-MMM &-19GH ENGINE TEMPERATURE(IMI%MDOTN). G-ADW WEE 00 PRESSURE PRE-NNW FN D.-LOW WEE PRESSURE HARM(AND SPIT0001). RIGHT SIDE I I RADIAL aR ENO I F_ 010 0 8811 INN). 78 234 LOW FUEL MAIN TAW. G.-CONTROL SWITCH NOT W AUTOMATIC POSITION. M-ADW Va1ACE IN BATIEFY. L-BATTERY% EIAAGER AC FAILURE J.-NRRSMNWWN DAMPER WHEN USED(AND SMRWWN). 10504141: 618043 _ K.-REMOTE EMERGENCY STOP. 1s.�e mm ASSY AN EMERGENCY MANUAL STOP STATION SHALL BE FACTORY GALT-IN 0 04-11-2018 5 ON THE GENERATOR HOUSING.ADWPONAL A R8IOTE EMERGEN55 TLC 8 REVISIONS REVISIONS ^� GAPE-A1-1250-2000 ASSEMBLY MAXYANUA MINE SATIN SHALL BE PROVIDED INSIDE THE OFC£AREA TLC % REV DATE: CHANGE MAGE BY REV DATE CHANGE MADE BY S MAR OE LABELED MAIN omDt:.THE RdO1E MANUAL STOP SUTTON ApI 6r a 1 12/8 CHANGE IENGHT&WIDTH,ADD LOAD HANK MSB CUSTOMER/ID:FLORIDA ODA IIC�� SLAW BE LABELED. sr.. vB•=r-0• 2 12/16 UPDATED SILENCER,ELBOW,&RAINCAP MOB JOB REF:MIAMI AIRPORT O�n.9 r.� flmIWD11NC BEIYlE1PNSFER SYTDf LINO GENEMIOR MOVE DOORS DRAWING REF:AAA014276 CONRSL RTL PANEL SHALL 00 BE RUN BY THE DECTRVL CONTROL FUN O& w STANDBY DWG n:45-25377PROVIDE NECESSARY COIIDMS AND WIRES FOR CONTROL FUNCTIONSW U MLO'- POWER COMPONENTS COORDINATE WITH GENERATOR/TOASTER MATCH MANIFACNRFRSp GENERATOR DATE:10/22/15 REPRESENTATIVE FOR WARM AND SRE& oo DIMENSIONS E DRANN BY:SK K s E-102 JOB/ MX GAL GOOEY NODE. ONSET FOOTPRRD TJJ4(WEIGHT 5000 GAL DS1250 198.25'X 901 16,525 LBS 1 LE( Btu OF LATERAL ENGINEERING FDEP: *= 2 PIPE TO TANK TOP UNLESS OTHERWISE NOTED 1.--...:M- LETTER PARr i DESCRIPTION COY FOR ARCHITECTURE TANK#EQ716 S 3168 F CPLD,8-.E-VENT 1 5767 tu.aao°o Dr. SPILL BQX EQ567 E' T 3855 F I;ac,2',RETURN,:15444:0;TBBE' t MOM FL 33128 BASIN ALARM#EQ817 , U 385s F wD,x',0JcIZ T1�1 F„G°3305.88 e85s HIGH LEVELS EQ817 i 1 I i I I r I % 1Oo. FLANGE, FUEL LEVEL GAGE 1 roeP¢I .Wm 1003-75 MISTER room PAPIER(/P56tlmE1T1t EB 100(18015 gg u % Y 3152 F CPLD,2•,36010480 YENS CAP 1 -Tai 112.545081'Amenm :d u '�' R s a$ 5 E-off TI S Al 8 5 ' te'. Z 3005 FLANGE,2•,LOCKING FILL CAP 1 _ I 4301 61-1/2'PTE.TOE.L-30-1/4' 1 A SPECIAL.F CAO,1-I ,ID-FR-�IS FLOP 1 I r I 15 I TYP I ISOLATOR SUPPORT CHANNEL 8 3502 FLANGE.I/2',SASH DRAIN 1 1 I I�I I L r 1 0/SS-IE-2575N) W/1.23 PU1E C 8470 1J2 FLUSH MOUNT L&lNG PLATE 8 ',__ ((�� I� D 8003 REMOVABLE END PULE-3-SEMI 1 J ■ }� _get' 0 I t3, �'—(Iy, E 4000 IB-STANDARD ELE1;tF6DV.SNB UP 1 IL�� J waeM nve aeoam e.Inc f 3600 FCP O,2.82815_W%1/2 DP TUBE 2 'I T`�,I `I IFL laz OSYOO PR(]GIICI G 1093 F01G!',}A0{f�GY�q RIP LIPI—V LL "I 1 I° 'I ® ® 418.1811: J 3168 FIANCE.6,CONTAINMENT 6-VENT 1 F m ,� 8458058 0/10820020' K 3198 FIANCE,3',F1111NC W/PLUG 8 Z L 3190 FLANGE 3/8•80143M3011 ,FIr1ING W/PLUG 1 UI m � � M 3191 F.CPLD,1/2•,FIRING W/PLUG 2 O u 8220 7 GAL SPILL CONTAINMENT 80% 1 W 1100L6U ISSUE-00020 l8-®056] a m U —ID�O�r_ 8420 8'00.108 UPSET 8 08 0 8420 1581600 681(90(7 PLATE 12 W 015 eon � ��� 8428 PC 408 685120 165-fE-2575)12 Z _ 1380 PRES 400 IIR{MP 0031 0S'E) 1 � ^ 2025 SINGLE SUPPLY PUMP SYSIE7A 1 OIOS00 otOCirs-IOOY. 1/3 HP CARBONATE MOTOR,15 -(IOW 0.11/0.1.DASIM FISSI G0.105MOH.000Ts 1 • EMEEMENT 115 2SIN, 13/60Hs,46rL FRAME_ Cr I{ I I, ' I' .1 I. I O ® le 4000r9C51000 ala1ETe 6040 BRONZE CLOSED COUPLED 4GPM I I I 9 ` ROTA({CEI(PUMP,3/0'Pools t O. ILI O. 11\\ roti SUPPLY TAM 6400 (BOT RIP 80 J FFR 105 91487 RAP 1 Q. ,—s. O p e I E 2010 REVERSE PUMP 0051061 I a "' ��© 1/2 I4 CAPACITOR START MOTOR 1 6'1 I _ 1$,115/2301,60H2 48 FRAME_ .FLOP J g tl y .sr>:aaE2araeo- WA O♦O 60781 BRONZE CLOSED COUPLED MAI I y I I V 43 • Wu�a� � ___ 800810'GEAR PUMP.1/2-(ORIS 1 /® -� I I*el _ r� 700-1475 1/2•FUEL STRAINER 1 -' '/ :� EJ-_/ j 6UB8A.AEFl$TAIK 70°-100 1/2 SPRING CHECK VALVE 1 NI Daft D �48� ((DD--// FA4 lYP(84 TOP TOP 6699'" Typ :x SLOT/ 1/2•SOLENOIDPATOI VALVE 8410.,NC) 1 612085 2F0t FIRE RATED DOUBLE RAIL TAN% 1 9838 PAINT COLOR GLOSS BLACK GENSET OFFSET 6" TO LEFT SIDE 4. 124 D - U '" M 37.88 Re52.25 25J� 4 --... R_ _ W(:%IN'SUPS I I I :, �;�NI 7,;235,—,-1 .1 —IIF1 5 I F;:I,I Seel TIP(2474 S ° :=— M „RI ilia' Nape!NNfmMO,PE \r \r \r Mgr ,—\r c- \r ^P I """6 .7fi�_� �YI Rondo sense/63096 ■ ■ —H 7 e. 1 °ib®H4' 618043 i...o.oft W Ii I i_i 00.1018I RIGHT SIDE1 I Tiv 1a1 I � � RADIATOR END m n• ,D, ;;�, TLC P ppQ k GUsSETs w/ w E WHO SUPPCR7 '1 R S BOTTOM 1.5-11 118 NQE" sub `' E SUB-BASE TANK 1 DAILY o FUEL TANK REVISIONS REVISIONSu P I REV DAIS:E. - CHANGE MAGE BY I REV DATE: CHANGE MADE I By_I SUB BASE TANK R/ RUPTURE BASIN & STUB UP D...w N. g - E-103 8 I 7 J 6" I 5 1 4 I 3 J 2 I 1 1 L( SW mm mm SW GENERA] NOTES � ■ ^°°^N'°^"0c 4'. ENGINEERING D `\ `IT ..,.w,an`-°'.,,.`....o elan. FOR ARCHITECTURE • $ }III 5757 BlUe Lagoon Dr. Slate 400 41j II`\If . mmuaO D Mem!,FL 33128 r0.em.w 1005 Phone:305268.8553 I I , rt 0 .800.5 000*5)0 6A arN 0000200IK 0000¢ wa"ON' Fax��N00.8895 I '/_ \;1 f�—�`�I waa s KA:A.taa.n ro 0 sun. • wwg EB 70000015 . m —_ .AC.1,041000 1000 1010 nor pimer m.r0..100 uurs) e0OTg126.130.bbMSELA4A r.coo.ton moo NO CUal 050 TOP VFW a an 0060 1.040 S004 001 0 0101,0s IMAOR MAYO Alm w0.. 11.W —sew--,-, 0090 .>sp, SPECIRCATIDN5 1 0700 A xw x1.0APPL.00 1000 0L.01...•300.0 oo•.m uo u S000 0006. nib hd C o 1 zz I• v.7ABLING NOTES C Mn•on,D.0 SCPUI 1000 000C.VCR U.063 _1 414111 SKTILM II C9 i ate.o, laom ma, le.09.� ,Tx ti,w . ,.aa m 'Intl:I±UNIA 'n°"' Y:..ISMSNom. '' ...111111311511 � v o 98306888.68148118 . Immo..R .. fflOHI® FRONT NPN:-'100 SFPIFS SIDE VIEW a ftFAR wE'g m�7 s ltl oa= `, .• 1 `� eN`0 F w-ODOM 5/ON!(t'/0 0.:Fl eaT0o0 001.9 Pm 1.000. INTERIOR NEW 6_ tW wrlgg)m'�O UNVOup uSW T a vM e u.IE. A Wail00 40.70E 7ICT'5 0.00 RVI UP TO 0(0 Ne. CAMS FR 1500 1,0000 B ONEI INE DIAGRAM$ .r0. Tem em enr "Iea 0./A w+Lev As B r,18 DA Dat,. 6. 1` CONCEIT BREAKER ITEM 5212 v `q - I• /I,. moo mom Vera R.IFO.her Ion .r.xica.r! w cp 0mAFT'ema swuvm mwa4...mar 0[006. ti nM 540.:5 9111]g. 1 .i!� I 0 Hi 5 E1 ElI' 00 1 5 ii `" Tie L ac L GENERATOR SET \„ /" NAM.. , ...r us. PIAN VIEW .0f5Ii SNITCH n N N ,j Seal -------- - --------...----, ` Moa 1. 00.6401 Mc1n ed0 P.E / '�j � AI's"'"` Fl4rido license]63096 SIR wEl000- Cl6wrt INm - Le ran ',A v0.01AI..Iv./Am A m 11F� 011x1 1.-AV 5 f-,°w'�- f",: "r ( OM N:I0 0 1�0 — t 0.10..1.. A w.,.D I I S` -•-005 ) fowmc I _i MO -z.a.AO 000..,0 -000 v3sm_T •000 - 1 \. .� -.,.a.O. ,T�-a^.5^•^ v mc-Mos°.,.:.0 (WITH SCUD NEUTRAL) (WRH SINTCHEO/OVERLAPPING NEUTRAL) `----- .a«;,. '---�^'-- _- 95—_ .._....� _ Y 75457705 _ MS ..a g.221•25rroc1 8 I 7 I 6 I 5 t 4 I 3 I 2 ®I 1 Aae<.No. 61e002 C Issue DA Fs3 S 03.31-08+ 'V•ONE(1)LUG PER PROSES ANDPPLIED WITH STANDARD MECHANICAL EACICH�ABLEIFOR CONNECTION OF THREE SLUGS 05.660.6 UETS OF CANCY BUS BLES 0nvm9✓ TLC $ 1 UP TO 6WKCM 000E FPam6Y TLC E 118•=1-0• 2GROUND LUGS ARE FRONDED STANDARD AS FOLLOWS:(9)0110-30 ANG CWSat oi AL CABLE F 50DrawIng LIRCURBREAK R:11EN15M W AUTOMATIC 1. 100%FATED MOLDED CASE CIRCUIT BREAKER 600A0800ATSOLID STATE ELECTRONIC TRIP. W TRANSFER SWITCH g DIAGRAM E-104 TAW POWER SYSTEMS, INC. %% 1500 NW 15th Ave TAW Pompano Beach, FL 33069 Ph.: (954) 977-0202 x1759 (800) 876-0990 ‘:\ Fax: (954) 977-9249 John.Potts@tawinc.com Kohler Generator Systems Distributors KOHLER POWER SYSTEMS DISTRIBUTOR FOR ALABAMA,SOUTH GEORGIA,FLORIDA,LOUISIANA AND MISSISSIPPI Date: August 8, 2018 Offer No: P1808-0105 Contact: John Potts Contact Cell#: (954)-234-4226 Project: City of Miami Beach—Public Works ****************************************************************************************************************************** One New KOHLER Model 600REOZVB, EPA Certified Diesel Generator Set, 600KW, @ 0.8 PF, 60 Hz, 3 Phase, UL 2200, 277/480 Volt with the following: CONTROLLER: ADDITIONAL ACCESSORIES: APM402 Certified Factory Test @ 0.8 P.F. Controller meets NFPA 110 3 Engine, Generator Parts, Maintenance Manuals 1 Electronic Manual ENCLOSURE: Vibration Isolators: Internal Aluminum Sound Enclosure 5 Year Comprehensive Warranty 181 MPH Wind Load Rated Load Center Critical Silencer SUPPLIED BY OTHERS New Fuel—First Fill of New Tank COOLING: Installation Unit Mounted Radiator Local and State Permitting by Others Block Heater, 120 Volt All Infrared, 3rd Party and NETA Testing if Required FUEL SYSTEM: Flexible Fuel Lines Sub-base Fuel Tank, 550 Gallon, UL142 Listed TOTAL NET LOT: $125,870.00 FDEP Package Fuel Transfer Pumps—Supply& Return Fuel Water Separator ESTIMATED LEAD TIME: 16 to 18 weeks after release of the order. This GENERATOR ACCESSORIES (Electrical): estimated lead time is subject to change daily due to Line Circuit Breakers, 3 Pole, 100 % Rated availability Qty(1) 800 Amps, Electronic, • ENGINE ELECTRICAL ACCESSORIES: F.O.B. FACTORY, FREIGHT ALLOWED TO JOB SITE Battery Rack and Cables SALES TAX NOT INCLUDED Starting Battery, Lead Acid Battery Charger: 10 Amps Regards, CONTROLLER ACCESSORIES LOOSE: Remote Emergency Stop, Break Glass TAW Power Systems, Inc. Remote Annunciator Panel John Potts Senior Sales Engineer AUTOMATIC TRANSFER SWITCH: Qty(1) Kohler Model KEP-DMTA-0800-NK 208 Volt, 3 Ph., 3 Pole, 800A, NEMA 1, OFFER VALID FOR 30 DAYS FROM THIS OFFER DATE Service Entrance Rated (LISTED ABOVE) Page 447 of 1751 EXCEPTIONS/CLARIFICATIONS/NOTES: (OFFER ACCEPTANCE BELOW) Delivery, start up, and load testing are quoted as during normal business hours. If after hour, weekend, or holiday work hours are required, the Contractor will be responsible COMPANY for the overtime differential unless otherwise noted. AUTHORIZED SIGNATURE OFFER BASED UPON: TITLE • Drawing E-101 PRINT NAME DATE NOTE: TAW's STANDARD TERMS and CONDITIONS apply to all TERMS & CONDITIONS ACKNOWLEDGED: offers for purchase and any purchase orders accepted by TAW.You may find a copy under the terms and conditions section at TAWINC.com or please contact our office at 800-456-9449 and we will forward you a copy.TAW will transmit a written delivery schedule based on the INITIAL manufacturer's confirmation,approximately fifteen(15)days after product release. Also included will be the related progress invoice values based on material shipments. All TAW offers,plans,specifications,and technical drawings are copyrighted works and contain proprietary know-how of TAW,and Buyer has no right to reproduce,distribute or publish copies of TAW's copyrighted works or to create derivative works of TAW's copyrighted works without the express written permission of an authorized representative of TAW. Page 448 of 1751