Loading...
Contract 2024-032ADocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 CDERWONT Choice of Champions'' NOTICE TO PROCEED April 30, 2024 Genserve, LLC. 11950 NW 39th Street Coral Springs, FL 33065 Re: Fire Station #1 Generator Replacement Contract Amount: $253,810 FREDDY L. SUAREZ Procurement Services Director Procurement Services Department 352-241-7350 fsuarez@clermontfl.org You are hereby notified to commence work on the above reference contract on or before May 1, 2024 and are to substantially complete the work within Three Hundred Fifty (350) consecutive calendar days thereafter. The contract provides for assessment of liquidated damages of Five Hundred Dollars ($500) for each consecutive calendar day after the above final completion date, that the work remains incomplete. Dated this 30th day of April 2024 Freddy Suarez, MPA, CPPB, Procurement Services Director ACCEPTANCE OF NOTICE Receipt of the foregoing Notice To Proceed is hereby acknowledge this 30th day of April 2024. D/ocuSigned by: E bU,ln, EOFE8143B74946A... Contractor Signature Title VP Sales 685 W. Montrose Street Clermont, FL 34711 www.ClermontFL.gov DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 AGREEMENT No. 2024-032 FIRE STATION #1 GENERATOR REPLACEMENT THIS AGREEMENT is made and entered into this Wednesday, May 1, 2024, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and GENSERVE, LLC., whose address is: 11950 NW 39th Street, Coral Springs, FL 33065, (hereinafter referred to as "CONTRACTOR"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the work described in quote number: Q-23373 REV 1, and its agents shall do everything required by this Contract. 2. THE CONTRACT SUM The CITY shall pay to the CONTRACTOR for the faithful performance of the Contract, in lawful tender of the United States, and subject to addition and deductions as provided in the Contract Documents, the Price Schedule, attached hereto and incorporated herein as Exhibit "A". The total contract sum shall not exceed TWO HUNDRED FIFTY THREE THOUSAND EIGHT - HUNDRED TEN DOLLARS ($253,810). 3. COMMENCEMENT AND COMPLETION OF WORK A. The CONTRACTOR shall commence work within Ten (10) calendar days after receipt of (i) Purchase Order and/or Notice to Proceed, and (ii) receipt of all permits required to perform the work, and the CONTRACTOR will substantially complete the same within Three Hundred Fifty (350) calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. B. The CONTRACTOR shall prosecute the work with faithfulness and diligence. C. The CONTRACTOR further declares to have examined the site of the work and that from personal knowledge and experience or that CONTRACTOR has made sufficient investigations to fully satisfy that such site is correct and suitable for the work and CONTRACTOR assumes full responsibility therefore. The provisions of this Contract shall control any inconsistent provisions contained in the specifications. All Drawings and Specifications have been read and carefully considered by the CONTRACTOR, who understands the same and agrees to their sufficiency for the work to be done. It is 1 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement expressly agreed that under no circumstances, conditions, or situations shall this Contract be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. 4. LIQUIDATED DAMAGES A. It is mutually agreed that time is of the essence in regard to this Contract. Therefore, notwithstanding any other provision contained in the Contract Documents, should the CONTRACTOR fail to complete the work within the specified time as set by the Purchase Order and/or Notice to Proceed, or any authorized extension thereof, the CONTRACTOR shall pay to CITY the sum of FIVE HUNDRED DOLLARS ($500) per calendar day as fixed, agreed and liquidated damages for each calendar day elapsing beyond the specified time date; which sum shall represent the damages sustained by the CITY, and shall be considered not as a penalty, but in the liquidation of damages sustained. CONTRACTOR shall pay the liquidated damages amount contained herein to CITY within fifteen (15) days of receipt of CITY's written demand for such payment. B. For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for protection. 5. PARTIAL AND FINAL PAYMENTS In accordance with the provisions fully set forth in the General Conditions, and subject to additions and deductions as provided, the CITY shall pay the CONTRACTOR as follows: A. CONTRACTOR shall submit a progress payment request by the third (3rd) day of each calendar month for work performed during the preceding calendar month. Upon CONTRACTOR's signature accepting the PARTIAL PAYMENT AUTHORIZATION, the CITY shall make a partial payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved estimate by the CITY for work performed during the preceding calendar month under the Contract. To insure proper performance of the Contract, the CITY shall retain five percent (5%) of the amount of each estimate until final completion and acceptance of all work covered by the Contract. B. Upon submission by the CONTRACTOR of evidence satisfactory to the CITY that all payrolls, material bills, and other costs incurred by the CONTRACTOR in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications have been furnished and are found acceptable by the CITY, final payment on account of this Agreement shall be made within thirty (30) calendar days after completion of all work by the CONTRACTOR covered by this Agreement and acceptance of such work by the CITY. 2 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement 7.3. SubCONTRACTOR's Public Liabilitv and Propertv Damage Insurance The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 7.4. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. S. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: GenServe, LLC. 4 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement Attn: John Potts, VP of Sales 11950 NW 39th Street, Coral Springs, FL 33065 OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attornevs' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Aareement This Agreement, including the documents incorporated by reference, contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of the CITY. DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, including the following: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. The CONTRACTOR shall make reasonable efforts to provide all records stored electronically to the CITY in a format compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE (352) 241-7331. 10. CONTRACT DOCUMENTS The Contract Documents, as listed below, are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. Contract Agreement B. Purchase Order / Notice To Proceed 11 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Standard Agreement NOT APPLY Fire Station #1 Generator Replacement C. An applicable Contractor Quote or Statement of Work IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 1" day of May 2024 CITY OF CLERMONT DocuSigned by: 2BA7692F758C492... DS Tim Murry, Mayor ATTEST: IT DocuSigned by: Ad,-y-4 Hawe 3AD7F34905B344A... \ Tracy Ackroyd Howe, City Clerk 7 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 GENSERVE, LLC. DOCUSigned by: �bU In pb{}S By: EOFE8143B74946A . Print Name: John Potts Title: VP Sales Date: 4/30/2024 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 r EXHIBIT "A" GenServe Quote Number Quote Name Quote Date Expiration Date Currency Q-23373 REV1 City of Clermont 04/03/24 05/03/24 USD Salesperson Manufacturing Plant Quote Entered by Contact No. Dustin Mook AKSA/ ASCO Dustin Mook 321-544-5575 Project: I Ship To (FOB Factory): City of Clermont — Fire Station #01 Generator Replacement and Upgrade Generator — FSA23-EQU21.0 HEAVY EQUIPMENT Bid Item #188 Freight Included in Quote ATS — FSA23-EQU21.0 HEAVY EQUIPMENT Bid Item #493 Line oty Part Description Unit Price Extended No. Total Generator— FSA23-EQU21.0 HEAVY EQUIPMENT Bid Item #150 125KW, 480V, 3P, Diesel Generator 200A, 80% Rated, ThermoMag, MLCB Level 2 Steel Enclosure Critical Grade Silencer GSJD30125S — Base 24 Hour, 250 Gallon, UL142, Subbase, Fuel Tank 000010 1 Bid Mechanical Fuel Gauge $49,100.00 $49,100.00 Dual Rate Battery Charger Engine Starting Battery Two (2) Year Warranty Freight to Site Start Up & Commissioning 150KW, 208V, 3P, Diesel Generator 600A, 80% Rated, ThermoMag, MLCB 400A, 80% Rated, ThermoMag, MLCB Ground Fault Indication Alarm Circuit Level 2 Aluminum Enclosure 000020 1 GSPK30150S-UL Critical Grade Silencer - 72 Hour, 1000G, UL142, Subbase, Fuel Tank $14,500.00 $14,500.00 Digital Fuel Level Sender FDEP Compliance Package NFPA30 Compliance Package NFPA110 Compliance Package Freight to Site Start Up & Commissioning 000030 1 Tank-1 CREDIT: Delete Tank 125- 200KW -$5,000.00 -$5,000.00 000040 1 Enclosure-1 CREDIT: Delete Enclosure 125- 200KW -$4,500.00 -$4,500.00 000050 1 Battery Charger CREDIT: Delete Battery Charger -$300.00 -$300.00 000060 1 Digital Fuel Digital Fuel Gauge Wired to Controller $450.00 $450.00 000070 1 10 Amp w/ Meters 10 Ampere Battery Charger w/ Meters $1,600.00 $1,600.00 000080 1 NFPA110 NFPA110 Level 1 Package $2,400.00 $2,400.00 000090 1 FDEP FDEP Options to Fuel Tank $2,000.00 $2,000.00 000100 1 208/240 Change Voltage and Upsize Breaker $8,500.00 $8,500.00 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 000110 1 Enclosure-1 000120 1 1000 Gallon 000130 1 Load Bank Test 000140 1 DSE2157 Sound Attenuated Level 2 Aluminum — 125- 20OKW 1000 Gallon Sub -Base Tank Two (2) Hour Load Bank Test Binary Output Expansion Module $420.00 DISCOUNTED 30% OFF LIST PRICE $12,300.00 $12,300.00 $26,100.00 $4,000.00 ATS — FSA23-EQU21.0 HEAVY EQUIPMENT Bid Item #493 ADMINISTRATION ATS: 600A, 480V, 3P, NEMA3R, 300 Series, Open 000150 1 J03ATSA3060ONGOF Transition, Solid Neutral, ATS $6,720.00 — Base Bid _ Start Up and Commissioning - Freight to Site 000160 1 J03AUSA3040ONGXM 400 Amp Service Entrance Rated ATS $3,500.00 000170 1 11 BE Programmable Exerciser, Event Log, RS485, Alarm Outputs $950.00 000180 1 44G Strip Heater Wired to Load Terminals $800.00 600A, 480V, 3P, NEMA3R, 300 Series, Open 000190 1 J03ATSA3060ONGOF Transition, Solid Neutral, ATS $6,720.00 — Base Bid _ Start Up and Commissioning - Freight to Site FIRE STATION ATS: 000200 1 J03AUSA3060ONGXM 600 Amp Service Entrance Rated ATS $8,200.00 000210 1 11 BE Programmable Exerciser, Event Log, RS485, Alarm Outputs $950.00 000220 1 44G Strip Heater Wired to Load Terminals $800.00 Installation of 165KW Replacement Generator Construction Drawings, Signed, and Sealed by Florida PE Coordination w/ Duke Energy Included Electrical Permits N C t P d 000230 1 Installation Services 000240 1 DISCOUNT 000250 1 TOTAL $26,100.00 $4,000.00 $295.00 $6,720.00 $3,500.00 $950.00 $800.00 $6,720.00 $8,200.00 $950.00 $800.00 - ew oncre e a New Sin le Service Meter w/ ATS Rack $227,550.00 $159,285.00 9 New Service Feed from Duke Energy Installation of New 150KW Diesel Generator Ancillary Equipment Installation (Annunciator/ EPO Switch) DISCOUNTED 30% OFF LIST PRICE DISCOUNT: Price Match to 2021 FSA Contract-$25,705.00-$45,560.00 DOES NOT INCLUDE TAX IF APPLICABLE $342,055.00 $253,810.00 EXCLUSTIONS & CLARIFICATIONS: - The city of Clermont is responsible for removing trees, stumps, and final landscaping. - Fuel removal of existing generator and fuel for new generator is the responsibility of the City of Clermont. - NETA, Ground Fault, Dielectric, Ring Wave, Infrared Testing, and Coordination Studies performed by others. - Generator startup, load transfer test, testing, and training will be performed in one (1) day. If a return trip is required for reasons beyond GenServe's control, it will be in addition to the price above and will be invoiced accordingly. Startups performed during normal business hours and require two (2) weeks advance notice. - *Lead times will be determined at time of selection of final equipment and receipt of PO#. DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Model GSPK3015OS-UL Dutv / Alt Temp Rise Standby / 125 °C Genset Aaencv Approval UL2200 Output Ratinq (kw/kva) 150KW / 206KVA Enqine Manufacturer Perkins (CAT) Enaine Model 1106D-E70TAG3- EPAK-7P Enaine HP 246 Full Load Amps — (208) 521 Freauencv / Speed (RPM) 60 Hz / 1800 Enaine Control Voltaae LZ 12 Fuel Tvve Diesel Voltaqe (L-L/L-N) - Connection 208/ 120 Ambient (Min/Max) -18 °C / 40 °C Elevation 1000 Ft Enclosure / Mount Method Aluminum Enclosed Phase / Power Factor Three/ 0.8 ALTERNATOR Alternator Insulation: Class H Exciter Field Circuit Breaker: No Alternator Excitation: Non-PMG — AS460 ENGINE Engine Governor Type: Electronic Coolant Radiator: Unit Mounted Coolant Heater: 1000W 120V 1 P Battery: 1 x GROUP 31 CONTROL Genset Controller: Non -Proprietary — DSE7410 Digital Controller — Gatewayless MODBUS Connectivity Controller Low Coolant Level: Yes ENCLOSURE Enclosure Option: Aluminum — 180 MPH Rated — Sound Attenuated Integrated Vibro Mounts: Elastomer EXHAUST Exhaust Mounting Method: Internally Mounted — Critical Grade POWER CONNECTION Circuit Breaker: #1/ #2 Circuit Breaker Amp: 600A/ 400A Circuit Breaker Volt Frame: 208V Circuit Breaker Pole: 3 Pole Circuit Breaker Mount Loc.: Unit mounted Product Manuals Copies of Operating Manual: 1 - Digital WARRANTY Parts Warranty: 2 Year / 1000 Hours Labor Warranty: 2 Year / 1000 Hours DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 d DATA SHEET DIESEL 44 GENERATOR SET GSPK3015OS-UL c @us LISTED DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Data Sheet ► Model r GSPK3015OS-UL ENGINE BRAND » PERKINS ENGINE MODEL » 1106D-E70TAG3-EPAK-7P ALTERNATOR BRAND » STAMFORD GENERATOR » DSE 7310 CONTROLLER ► GENSET RATING LOEFT'A VOLTAGE STANDBY POWER CURRENT ENGINE ALTERNATOR PH Hs POWER FACTOR V kW I KVA A UCD1274J (Wnd-311) 24/0/120 1 60 150 150 1.0 625 1106D- UC1274G (Wnd-311) 208/120 3 60 150 187 0.8 521 E70TAG3- EPAK-7P UC1274G (Wnd-311) 480/277 3 60 150 187 0.8 225 UC1274F (Wnd-17) 600/347 3 60 150 187 0.8 180 L J ► Certifications �,. SvsTFMC 9�, O� n CCUB) Lus lk� DNV•GLy z ISO 9001= ISO 14001 LISTED OHSAS 18001 Standby Power. Applicable for supplying power to varying electrical load for the duration of power interruption of a reliable utility source. Emergency Standby Power ESP) is in accordance with ISO 8528. Fuel Stop power in accordance with ISO 3C46, AS 2789, DIN 6271 and BS 5514. 1 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Data Sheet ► ENGINE FEATURES » BRAND MODEL EXHAUST EMISSIONS >> RPM » STANDBY RATING kwm >> STANDBY RATING bhp » PRIME RATING kwm » PRIME RATING bhp NUMBER OF CYLINDERS ASPIRATION » DISPLACEMENT in3 >> ENGINE AIR FLOW CFM (mWmin', >> GOVERNOR TYPE >> CONTROL VOLTAGE v >> BORE/STROKE, in i >> COOLANT CAPACITY WITHOUT RADIATOR gal OIL CAPACITY, TOTAL gal ► FUEL CONSUMPTION LOAD 100% 75% 50% 25% ► ALTERNATOR FEATURES » BRAND » MODEL » FREQUENCY PHASES » WINDING LEADS >> INSULATION SYSTEM » CONTROL SYSTEM >> PROTECTION » POWER FACTOR » COOLING AIR CFM VOLTAGE REGULATION S PERKINS 1110 1106D-E70TAG3-EPAK-7P W TIER 3 1/ 1800 W 183.5 It 246.07 P 167 91 223.95 It 6 W TURBOCHARGED W 427.78 540.31 P ELECTRONIC W 12 W 4.13 X 5.31 (105 X 135) W 2.51 W 4.62 STANDBY POWER GAL/hr L/hr 11.17 42.3 9.16 34.7 6.28 23.8 3.43 13 W STAMFORD b UC1274G i 60 Hz ► 3 12 b H CLASS W SELF EXCITED & IP23 ! 0.8 b 1308 i +-1.0 K, DocuSign Envelope ID: A3E27lC9-87C1-43A7-BC4C-640563902161 Data Sheet ► GENERATOR CONTROLLER j o � ( ono I l O o ° o o 0 o®0000 the DSE7310 MKII is an Auto Start Control Module and the DSE7320MKII is an Auto Mains (Utility) Failure Control Module suitable for a wide variety of single, diesel or gas, gen-set applica- tions. mi r Monitoring an extensive number of engine parameters, the modules will display warnings, shutdown and engine status information on the back -lit LCD screen, illuminated LEDs, remote PC and via SMS text alerts (with external modem). The DSE7320 MKII will also monitor the mains (utility) supply. The modules include USB, RS232 and RS485 ports as well as dedicated DSENetC� terminals for system expansion. KEY FEATURES • 4-Line back -lit LCD text display • Multiple Display Languages • Five key menu navigation • LCD alarm indication • DSENet expansion compatibility • Internal PLC editor • Protections disable feature • Fully configurable via PC using USB, RS232 & RS485 communication • Front panel configuration with PIN protection • Power save mode • 3 phase generator sensing and protection • 3 phase mains (utility) sensing and protection (DSE7320 MKII only) • Automatic load transfer control (DSE7320 MKII only) • Generator current and power monitoring (kW, kvar, kVA, of) • Mains current and power monitoring (kW, kvar, kVA, of) (DSE7320 MKII only) • kw and kvar overload and reverse power alarms L >> MODEL DE, P SEA 7310 • Over current protection • Unbalanced load protection • Independent earth fault protection • Breaker control via fascia buttons • Fuel and start outputs configurable when using CAN • 6 configurable DC outputs • 2 configurable volt -free relay outputs • 6 configurable analogue/digital inputs •Support for 0Vto10V&4mAto20mA sensors • 8 configurable digital inputs • Configurable 5 stage dummy load and load shedding outputs • CAN, MPU and alternator frequency speed sensing in one variant • Real time clock • Manual and automatic fuel pump control • Engine pre -heat and post heat functions • Engine run-time scheduler • Engine idle control for starting & stopping • Fuel usage monitor and low fuel level alarms • Simultaneous use of RS232 and RS485 communication ports • True dual mutual standby using RS232 or RS485 for accurate engine hours balancing. • MODBUS RTU support with configurable MODBUS pages. • Advanced SMS messaging (additional external modem required) • Start & stop capability via SMS messaging • 3 configurable maintenance alarms • Compatible with a wide range of CAN engines, including tier 4 engine support JL nr • Uses DSE Configuration Suite PC Software for simplified configuration • Licence -free PC software • IP65 rating (with supplied gasket( offers increased resistance to water ingress • Modules can be integrated into building management systems (BMS) using MODBUS RTU KEY BENEFITS • Automatically transfers between mains (utility) and generator (DSE7320 MKII only) for convenience. • Hours counter provides accurate information for monitoring and maintenance periods • User-friendly set-up and button layout for ease of use • Multiple parameters are monitored & displayed simultaneously for full visibility • The module can be configured to suit a wide range of applications for user flexibility • PLC editor allows user configurable functions to meet user specific application requirements. JL J 3 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Data Sheet ► DIMENSIONS AND WEIGHT I. L e H I I L a W� ► ACOUSTIC ENCLOSURE • OPEN GENSET r Length (L) Width (w) Height (K) Weight I Noise Level DIMENSION IN Lbs dB 55.94 57.09 1 3730.41 ENCLOSED GENSET LEVEL 2 Length (L) Width (W) Height (H) Weight Noise Level DIMENSION IN Lbs dB L 171.26 I 56.22 I 77.64 I 4305.98 W1 Acoustic enclosure designed and manufactured with 14 gauge carbon steel sheet, polyurethane acoustic coating, access and air expulsion to avoid gas accumulation, drainage system to avoid liquid accumulation. Electrostatic painting for extended life. We have options for enclosures in aluminum or stainless steel L ► STANDARD FEATURES & ACCESSORIES DSE 9470 Battery Charger Battery and Battery Rack ABB Main Line Circuit Breaker SX460 AVR Hotstart Pre heater TPS1 01 GT1 0-000 Residential Grade Silencer Open Unit Critical Grade Silencer Inside Enclosure Emergency Stop Button _ Flex Fuel Lines Protection Covers for Rotating Parts Exhaust Insulation Cover Anti Vibration Pads between Engine/Alternator a Base Frame Operation and Maintenance manuals 24 Months /1000 hours Limited Standby Warranty 4 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 Data Sheet ► OPTIONAL ACCESSORIES - Paralleling Adder (DSE8610 & Motorized Breaker) - - 120V GFCI Receptacle - - 240V Receptacle - - Alternator Strip Heater - - Battery Blanket Heater - - Battery Disconnect Switch - - Battery Pad Heater - - Battery Restraint - - Control Panel Heater - - DSE2157 Output Module (8 dry contacts) - - DSE2520 Remote Display Module - - DSE2548 Remote Annunciator (16 light) - - DSE2548 Remote Annunciator (24 light) - - DSE2548 Remote Annunciator (8 light) - - DSE890 313 GATEWAY - - GSM/GPS ANTENNA 3M RG-174, GSM-SMA(M), GPS-SMA(F) - DSE9641 10A Battery Charger - - DSE9470 10A Battery Charger - ► OPTIONAL UL142 SUB BASE TANK Enclosure AC light and On/Off Switch Enclosure DC light and On/Off Switch Enclosure space Heater (1500w/120v) Load Center / Distribution Board (100 A, 12 Breaker) Load Center / Distribution Board (200 A, 8 Breaker) MX321 - AVR UPGRADE Oil Pan Heater Relay - 10A Common Alarm Relay - 10A Run Relay Remote E-Stop- Breaker Glass Type / Nema 3R Remote E-Stop- Breaker Glass Type / Nema 4X Remote E-Stop- Flush Mount Remote E-Stop- Surface Mount Remote E-Stop- Visual/ Plastic Hinged Cover Spring Isolator- Non Seismic (ACE 121 Series) SKIRT NOT INCLUDED Spring Isolator- Seismic/Restraint (ACE 821 Series) SKIRT NOT INCLUDED Voltage Adjust Rheostat Automatic Transfer Switch 24 hr 48 hr 72 hr 81 Fuel Capacity (gal) 300 Dimensions (L/W/H) in 213.78/56.69/10.64 Weight lb 2530.67 600 850 213.78/56.69/17.91 213.78/56.69/28.02 2987.35 4186.63 5 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161 IGSA CORP. • 5918 Santa Ave GSA Laredo, Texas 78041 POWER Tel. +1 956.7914.472 DocuSign Envelope ID: A3E271C9-87C1-43A7-BC4C-640563902161