t054148 furnish and deliver kohler generator …purchasing.ua.edu/pdfs/pendingbids/t054148.pdf ·...

32
INVITATION FOR BID T054148 FURNISH AND DELIVER KOHLER GENERATOR AND ATS ADDENDUM # 1 7.08.2014 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. Offeror must acknowledge receipt of this and any addendum as stated in the Invitation For Bid. The following shall become part of the Invitation For Bid. Section 9.0 & 10.0 Installation is NOT required by the awarded vendor. The Awarded Vendor is only responsible for the Furnishing, Delivery and Startup of the Kohler Generator (45REZG) and Automatic Transfer Switch (KSS/KSP). The IFB may be found at http://purchasing.ua.edu/pdfs/PendingBids/T054148.pdf

Upload: phunganh

Post on 30-Mar-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

   

INVITATION FOR BID

T054148 FURNISH AND DELIVER KOHLER GENERATOR AND ATS

ADDENDUM # 1

7.08.2014

ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Offeror must acknowledge receipt of this and any addendum as stated in the Invitation For Bid.

The following shall become part of the Invitation For Bid. Section 9.0 & 10.0 Installation is NOT required by the awarded vendor. The Awarded Vendor is only responsible for the Furnishing, Delivery and Startup of the Kohler Generator (45REZG) and Automatic Transfer Switch (KSS/KSP). The IFB may be found at http://purchasing.ua.edu/pdfs/PendingBids/T054148.pdf

 

DUE BACK: 07/11/14

TARA NICHOLAS 205.348.5035

[email protected]

Bid Title: FURNISH AND DELIVER KOHLER GENERATOR AND ATS Department: University of Alabama Stadium Drive Parking Deck Construction Administration Special Notations: Attachments: ___N___ On-Site: ___N___ Date: ________ Time: ________ Qualification Required: ___N____ Post bid document and put the following note on Pending Bids website:

Qualifications are required for this bid. For more information and a copy of the qualification documents, please contact buyer listed for this bid.

Standing Contract (will be

posted on the standing contract page): ___N___ Start Date: ____________ End Date: ____________ Final Renewal Date: _____________ Contract Amount: _______________ Standing Contract (will NOT be posted on the standing contract page): ________ Start Date: ____________ End Date: _____________ Final Renewal Date: ______________ Contract Amount: ________________ Title 39 Bid: ___N___

Vendor List: M065 New Vendors should be added (check the correct response if any): Permanently _____ One time only _____ Copies To: Steven Mercado [email protected]

INVITATION FOR BID

9.0 SPECIAL CONDITIONS

9.1 The University of Alabama is requesting sealed bids to Furnish, Deliver, Install and Start Up Kohler Generator and ATS as per attached general and technical specifications or equal. The University of Alabama DOES NOT guarantee any equipment will be purchased. Vendor will be responsible for the Installation and Start Up of the equipment at the specified location plus the removal and proper disposal of all delivery and packing materials.

9.2 Minority and Disadvantaged Businesses The University of Alabama is committed in its efforts to ensure the opportunity for participation of minority and

disadvantaged businesses in the procurement of goods and services. The University is required to report purchases under governmental contracts. The vendor may be required to provide detailed reports of all minorities, women-owned and disadvantaged business participation linked to the University’s purchase orders and purchasing card purchases from Vendor. Specify in your response if your company can meet this requirement. Please see quote sheet below to respond to this question.

9.3 All vendors must be factory authorized dealers for the Kohler Equipment being quoted if applicable. All

installation, start up and maintenance service must be provided by the vendor with factory trained service personnel trained on the equipment bid if applicable. A letter from the manufacturer providing proof of authorized dealership and factory trained service personnel may be required in the bid evaluation and if requested by the University must be provided within 72 hours after request.

9.4 Equipment offered for purchase must be new and the specified model or equal. No used, remanufactured or

irregular product will be considered for purchase under the terms and conditions of this contract. 9.5 Warranty information and service policy must be provided with the Kohler Equipment when delivered. All

equipment that is provided under this contract must include a valid manufacturer’s standard warranty. Specify all terms and conditions of the base warranties associated with your items bid. Also include complete procedures for warranty maintenance and specify the nearest authorized service center for the University of Alabama, Tuscaloosa AL 35487.

9.6 Training on the new Kohler Equipment may be required. Please quote any additional training costs on the quote

sheet below. Kohler equipment must be equipped with all standard equipment and accessories plus options as specified and all equipment will be factory installed unless otherwise indicated and authorized.

9.7 Please quote your earliest date of delivery of the specified Kohler Equipment After Receipt of Order.

Delivery may be a criterion in the bid award. WHEN THE LOW BIDDER CANNOT MEET DELIVERY REQUIREMENTS, THE UNIVERSITY OF ALABAMA RESERVES THE RIGHT TO CONTACT THE NEXT LOWEST RESPONSIBLE BIDDER FOR AVAILABILITY. Failure to comply with quoted delivery commitments may be grounds for revocation of bid award and may possibly jeopardize the bidder’s position on the University’s list of responsible bidders.

9.8 The University of Alabama’s intent to award is broken up into multiple options as explained below under Method

of Award. Based on the options below, The University will award based on what is the best fit logistically and financially and does not guarantee any specific award option.

9.9 Invitation for Bid 2.0 Does not apply to this solicitation 6.0 is amended to include: See Special Conditions 9.7

7.0 Does apply

INVITATION FOR BID

10.0 QUOTATION SHEET SCOPE: The University of Alabama is requesting sealed bids to Furnish, Deliver, Install and Start Up a Kohler Generator and ATS as per attached general and technical specifications or equal. The University of Alabama DOES NOT guarantee any equipment will be purchased. Vendor will be responsible for the Installation and Start Up of the equipment at the specified location plus the removal and proper disposal of all delivery and packing materials. THE MANUFACTURER AND PRODUCT NUMBER FOR EACH ITEM THAT YOU ARE QUOTING MUST BE COMPLETED FOR YOUR BID TO RECEIVE CONSIDERATION. IMPORTANT: The COST OF EACH ITEM must include any and all transportation and delivery charges. Do NOT list these charges as a separate charge. QUOTE FOB THE UNIVERSITY OF ALABAMA, TUSCALOOSA, AL 35487.

Please provide an answer to section 9.2 “Minority and Disadvantaged Businesses” here: Yes No SEE QUOTE SHEET NEXT PAGE Method of Award: OPTION 1: Vendor is asked to quote a Grand Total for all equipment and installation as specified in the event an award for ALL to the overall low bidder is made, with the intent to pay the entire Grand Total after installation, start up and acceptance. The University prefers this option but reserves the right to choose option two. As specified under 9.8, The University does not guarantee any award. OPTION 2: The University will reserve the right to award Item by Item to the overall low bidder if it’s in the best interest of The University.

INVITATION FOR BID

ITEM 1: Approximate Quantity Description 1 Each New Kohler 45REZG/4P8 with ALL standard equipment plus options as specified. Please quote as

per attached general and technical specifications OR EQUAL.

STANDARD EQUIPMENT AND OPTIONS REQUIRED AS FOLLOWS:

42KW Standby Rating 277/480v, 3P, 60Hz Natural Gas Fueled Weather Enclosure 1000W Block Heater Battery Battery Charger Main Circuit Breaker Engine Fluids NFPA 110 Compliant Factory Start-Up

Installaion will be the Stadium Drive Parking Deck *Installation is not required by the awarded vendor. The University of Alabama is a tax – exempt institution. Straight sale less taxes (Federal, State and Local). Total Cost FOB UA including delivery, title, etc.:

Manufacturer Brand Being Quoted Model

TOTAL EACH $ INCLUDING ALL STANDARD EQUIPMENT AND OPTIONS

Quote Manufacturer Standard Warranty:

Please quote earliest delivery After Receipt of Order:

INVITATION FOR BID

ITEM 2: Approximate Quantity Description 1 Each New Kohler ATS with ALL standard equipment plus options as specified. Please quote as per

attached general and technical specifications OR EQUAL.

STANDARD EQUIPMENT AND OPTIONS REQUIRED AS FOLLOWS:

KSS-100A 3 Pole 277/480v MPAC-750 Controller

Installaion will be the Stadium Drive Parking Deck *Installation is not required by the awarded vendor. The University of Alabama is a tax – exempt institution. Straight sale less taxes (Federal, State and Local). Total Cost FOB UA including delivery, title, etc.:

Manufacturer Brand Being Quoted Model

TOTAL EACH $ INCLUDING ALL STANDARD EQUIPMENT AND OPTIONS

Quote Manufacturer Standard Warranty:

Please quote earliest delivery After Receipt of Order:

OPTION 1: GRAND TOTAL FOR ALL EQUIPMENT AS SPECIFIED $ OPTION 2: Item by Item award at The University’s discrection. Quote your PER EACH price on each Line Item above. OPTIONAL TRAINING: If an award is made, training may be required on the equipment bid after installation and start-up is complete. Please explain in detail your training program and quote any additional cost(s) for training. $ TRAINING COST

The nearest local service center to The University of Alabama, Tuscaloosa campus to service the Kohler Equipment:

An  E qu a l  Op p o r t u n i t y  Un i v e r s i t y  

R e v i s e d   December 6, 2013

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions and terms and conditions carefully.

URETURN ALL COPIES OF BIDS TO: THE UNIVERSITY OF ALABAMA

PURCHASING DEPARTMENT (Street Address) 1101 Jackson Ave Suite 3000

Tuscaloosa, Alabama 35401 OR

(Mailing Address) Box 870130 Tuscaloosa, Alabama 35487

PHONE: (205)348-5230 FAX: (205) 348-8706

INVITATION NO.:

Issue Date:

Title:

Buyer:

Phone:

Email:

0BBid Responses may UNOT U be faxed or emailed.

1BIMPORTANT: SEALED BIDS MUST BE RECEIVED BY 07/11/2014 @ 2:00 P.M. CST TIMEBid number and opening date must be clearly marked on the outside of all bid packages.

1. Pursuant to the provisions of the State of Alabama Competitive Bid Law, Section 41-16-20 and/or 39-2, rules and regulations adopted thereunder sealed bids will be received on the items noted herein by The University of Alabama Purchasing Department until the date and timestated above. In accordance with Alabama State Bid Law Section 41-16-27, where applicable, the University reserves the right to enter intonegotiations within thirty (30) days of the bid opening.

2. The University’s HUGeneral Terms and Conditions U and HUInstructions to Bidders UH, apply to this Solicitation and shall become a part of any contract issued hereunder.

3. For purposes of this Solicitation, the Solicitation documents shall consist of the following components:a) Invitation for Bid and any Addenda; b) HUGeneral Terms and ConditionsUH; c) HUInstructions to Bidders U In the event that any provision of the component parts of the Solicitation conflicts with any provision of any other component parts, thecomponent part first enumerated shall govern.

4. This Agreement and any disputes hereunder shall be governed by the laws of the State of Alabama without regard to conflict of lawprinciples.

CERTIFICATION PURSUANT TO ACT NO. 2006-557Alabama law (section 41-4-116, code of Alabama 1975) provides that every bid submitted and contract executed shall contain a certification that the vendor, contractor, and all of its affiliates that make sales for delivery into Alabama or leases for use in Alabama are registered, collecting, and remitting Alabama state and local sales, use, and/or lease tax on all taxable sales and leases in Alabama. By submitting a response to this solicitation, the bidder is hereby certifying that they are in full compliance with Act No. 2006-557; they are not barred from bidding or entering into a contract pursuant to 41-4-116, and acknowledges that The University of Alabama may declare the contract void if the certification is false.

DISCLOSURE STATEMENT1. If you or any owner, officer, partner, board or director member, employee, or holder of more than 5% of the fair market value of your firm or

any member of their households is an employee of The University of Alabama, this information must be included in your solicitation response. Failure to disclose this information in your response may result in the elimination of your proposal from evaluation.

2. If you or any owner, officer, partner, board or director member, employee, or holder of more than 5% of the fair market value of your firm orany member of their households is an employee of The University of Alabama; and you or your firm is awarded a contract as a result of this solicitation, then within ten (10) days after the contract is entered into, you agree to file a copy of that contract with the State of Alabama Ethics Commission in accordance with Code of Alabama, Section 36-25-11 and upon request by the University furnish evidence of such filing.

3. By accepting payments agreed to in any purchase order resulting from this bid, Contractor certifies that to its knowledge no Universityemployee or official, and no family members of a University employee or official, will receive a benefit from these payments, except as has been previously disclosed, in writing, to the University on the Disclosure Statement of Relationship Between Contractors/Grantees and Employees/Officials of The University of Alabama.

AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTERESTI hereby swear (or affirm) under the penalty for false swearing as provided in Code of Alabama 6-5-180 that

1. In accordance with Code of Alabama Section 41-16-25, amended 1975 that the attached response has been arrived at independently and hasbeen submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other vendor of materials, supplies, equipment or services described in the Invitation for Bids, designed to limit independent bidding or competition;

2. The contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agentof the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids.

3. The bidder is legally entitled to enter into contracts with The University of Alabama and is not in violation of any prohibited conflict of interest,including those prohibited by the Code of Alabama 13A-10-62, as amended 1975.

4. I have fully informed myself regarding the accuracy of the statement made above.

THIS AREA MUST BE COMPLETED DELIVERY AFTER RECEIPT OF ORDER: NAME OF COMPANY: PHONE:

FEDERAL EMPLOYER ID NO.: ADDRESS: FAX:

PAYMENT TERMS: ADDRESS: E-MAIL:

SHIPPING TERMS:

F.O.B. DESTINATION–PREPAID AND ALLOWED

2BCITY, STATE & ZIP CODE: DATE:

QUOTE VALID UNTIL: SIGNATURE: Typed/Printed Name of Signor

SIGNATURE REQUIRED: This bid cannot be considered valid unless signed and dated by an authorized agent of the bidder. Type or print the information requested in the spaces provided.

INVITATION FOR BID

The University of Alabama requests sealed bids as per attached general and technical specifications or equal unless otherwise specified in the Special Conditions.

All Bidders submitting a bid must read all specifications carefully and respond accordingly. Failure to do so may eliminate your bid from consideration due to non-compliance.

1.0 GENERAL SPECIFICATIONS

1.1 Any contract resulting from this request will be made available to other eligible entities. This may include but is not limited to; The University of Alabama System, comprised of The University of Alabama; The UAB Enterprise, consisting of The University of Alabama at Birmingham, the UAB Health System and their related foundations and affiliates , and The University of Alabama in Huntsville, Huntsville, AL; and other state entities. Contracts resulting from the award of this request cover shipments by any entity listed above. Each entity will generate its own purchase orders, payments, etc. and delivery must be made according to the instructions on the purchase order.

The thrust of the contract is to obtain greater volume price discounts by combining the volume of purchases from participating entities within the State of Alabama.

1.2 All bid responses, technical information and any other attachments furnished to The University of Alabama in response to this request for quotation must be submitted in duplicate (THE ORIGINAL BID AND ATTACHMENTS WITH ORIGINAL SIGNATURE AND ONE EXACT COPY OF THE ENTIRE BID RESPONSE). Bidders who fail to follow this format may be disqualified from the evaluation and award phase of this bid.

1.3 The stated requirements appearing elsewhere in this solicitation shall become a part of the terms and conditions of any resulting contract. Any deviations there from must be specifically defined. If accepted by the University, the deviations shall become part of the contract, but such deviations must not be in conflict with the basic nature of this solicitation.

Note: Bidders shall not submit their standard terms and conditions or purchase order terms as exceptions to or modification of the terms and conditions of this solicitation. Each exception to or modification of a University term and condition shall be individually listed by the bidder. Failure to follow this instruction may result in the determination that a bid submission is non-responsive to a solicitation and the rejection of that bid.

1.4 The issuance of a University Purchase Order (P#) or a signed Contract document is required to constitute a contract between the successful Bidder and the University which shall bind the successful Bidder to furnish and deliver the commodities ordered at the prices, terms and conditions quoted and in accordance with the specifications of this Solicitation as well as the terms and conditions of the University’s Purchase Order or Contract. No shipments are to be made to The University of Alabama without the issuance of a Purchase Order (P#). (Bidders are not to accept or ship items against a requisition number “R” #.)

1.5 Any questions concerning these specifications should be directed to the Buyer listed on the signature page.

1.6 No department, school or office at the University has the authority to solicit or receive official Solicitations nor authorize Solicitation or Contract changes other than the Purchasing Department. All solicitations are issued under the direct supervision of the Associate Director for Purchasing and in complete accordance with the State of Alabama Bid Law, Section 41-16-20 and University policies and procedures.

1.7 The terms and conditions included in this Solicitation along with any addenda, any University contract and/or University purchase order(s) issued referencing this Solicitation, the University’s General Terms and Conditions, Instructions to Bidders shall constitute the entire and exclusive Contract between the University and the successful Bidder.

INVITATION FOR BID 1.8 State of Alabama Immigration Law Compliance

Compliance Notice.

By submitting a proposal to this RFP, a Respondent agrees that it will fully comply with the State of Alabama Immigration Law (Act 2011-535), as amended. A Respondent also shall enroll in the E-Verify Program prior to performing any work, or continuing to perform any on-going work, and shall remain enrolled throughout the entire course of its performance of the contract awarded pursuant to this RFP. By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.” To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the University from any and all losses, consequential damages, expenses (including but not limited to, attorneys’ fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Contractor’s failure to fulfill its obligations contained in this paragraph or contained in the Alabama Immigration Law (Act 2011-535), as amended. State of Alabama Immigration Law (Act 2011-535) The successful contractor will be required to provide written certification they are in compliance with Section 9 of the State of Alabama Immigration Law (Act 2011-535). One of the two required documents must be submitted prior to issuance of a University contract or purchase order. . Please complete and submit the form or document that applies to your company. Complete this document only, if your company is not located in Alabama and your company does not have employees or subcontractors that work in the State of Alabama. • Certification of Compliance and affidavit forms included with this solicitation (see Appendix – Certification of Compliance)

Complete the E-Verify document online, if your company is located in Alabama or your company has employees working in Alabama • Contractor’s one-page E-verify Employment Eligibility Verification form (see example included in Appendix - E-Verify).

If you have previously enrolled in E-Verify, follow these instructions: • Log onto www.uscis.gov/everify • Click “Edit Company Profile” and print this one-page document. • This one-page document must be submitted prior to a contract or purchase order being issued. If you are not currently enrolled in E-Verify, follow these instructions: • Log onto www.uscis.gov/everify • Click “Getting Started” for information about the program, requirements, and enrollment process. • Click “Enroll in E-Verify” and begin enrollment process. • When enrollment process is complete, click “Edit Company Profile” and print this one-page document. • This one-page document must be submitted prior to a contract or purchase order being issued. • For further assistance please consult the E-Verify Quick Reference Guide

INVITATION FOR BID

2.0 QUALIFICATIONS AND STANDARDS

Due to the importance of maintaining a safe University environment, it is imperative that the successful bidder meet certain qualifications that will guarantee The University of Alabama the successful Bidder is qualified to furnish and deliver products, equipment and services or furnish, deliver, install, service and/or repair equipment whichever is applicable as required in this Solicitation. In order for Bidders to qualify, the following requirements must be fulfilled:

2.1 The Bidder, if requested, must provide in writing, a statement that the Bidder has been regularly engaged in business for a minimum three (3) years engaging in furnishing, delivering, servicing, repairing and installing, equipment, goods, or services required in this Solicitation. In lieu of the minimum number of years in business, a performance bond may be required in the amount of one hundred (100%) percent of the contract price. This bond will be used to secure the completion of the project should the successful Bidder default for any reason. Failure to comply with this requirement may eliminate your bid response from consideration.

2.2 Each bidder required to provide a bond, shall submit a letter from a bonding agent licensed to do business in the State of Alabama stating that if the bidding company is the successful bidder, said bonding agent will furnish a 100% performance and payment bond covering and including products and service for the duration of the contract period. Said bond shall be subject to the approval and acceptance of The University of Alabama. The Letter and Bond shall be submitted to the University Purchasing Department and must be furnished within forty-eight (48) hours after request. The premium of the bond shall be paid by the successful bidder. Failure to provide the bond letter or bond will eliminate your bid from consideration in the bid award.

3.0 REFERENCES

References must include at least three (3) other universities, institutions or businesses, which the bidder has successfully provided products, services or installation of equipment similar to those required in this Solicitation in terms of manufacturer, size, features, service or type of installation. The references must include company name, address, project/delivery date, contact name, phone number, and email address.

4.0 PRODUCT SPECIFICATIONS

Specify all terms and conditions of the warranties associated with your products with your bid response.

5.0 PRICE QUOTATION

5.1 IMPORTANT: It is required that the PRICE QUOTATION SHEET(S) furnished with this Request for Price Quotation be completed and submitted with your proposal. DO NOT send generated price lists as your bid. Failure to comply with this request may eliminate your bid from consideration in the bid award.

5.2 All prices shall be quoted furnish and install (if applicable) FOB The University of Alabama, Tuscaloosa, AL 35487 prepay and allowed. Unit prices quoted must include any and all shipping and handling charges. Any freight claims will be the responsibility of the Bidder. The successful Bidder must transport at the time of set-up, the equipment and supplies necessary for this installation to campus. No direct shipments will be accepted.

5.3 It is the Bidder’s responsibility to verify any information, measurements and obtain any clarifications prior to submitting the bid response. The University is not liable for any errors or misinterpretations made by the Bidder in response to this Solicitation.

5.4 The successful Bidder under the specifications required in this Solicitation shall furnish at its expense all equipment, labor, tools, supplies, transportation, insurance and other expenses necessary to fully perform any phase of the requirements of this Solicitation.

5.5 Quote prices firm for a period of ninety (90) days following the bid opening date unless otherwise stated in the Special Conditions. Bids that do not guarantee pricing firm for this period may be eliminated. Failure to quote the term for which your prices will remain firm may eliminate your bid from consideration.

INVITATION FOR BID

5.6 The quoted price must include but not be limited to all cables, wires, connectors, etc. to make a complete functioning unit unless specifically stated in the special conditions.

5.7 Include with your bid response complete details of your company’s Return Merchandise policy, including, but not limited to, amount of any restocking fee required, procedures, limitations, contact person and phone number. While the University does not enter into any purchase with the intent to return items ordered, we do require this information be included with your bid response. Failure to include this information may be grounds for elimination of your bid from consideration.

6.0 DELIVERY, INSTALLATION AND TRAINING REQUIREMENTS

6.1 Proposed delivery dates shall be stated in number of calendar days after receipt of order.

6.2 All items must be delivered directly to the University by the successful Bidder and placed according to the instructions supplied by the University.

7.0 INSURANCE

7.1 See General Terms and Conditions for general Insurance Requirements, Additional Insurance requirements may be listed in the Special Conditions Section.

7.2 The successful Bidder shall provide the University Purchasing Department a certificate of insurance listing the required types of insurance and minimum liabilities specified in the General Terms and Conditions unless otherwise modified in the Special Conditions.

7.3 The certificate must be received by The University of Alabama Purchasing Department within three (3) days of request. Failure to comply with this request may eliminate your bid from consideration in the bid award.

7.4 The University reserves the right to terminate any resulting contract, if the Bidder fails to keep these policies in force for the above amounts or for the duration of the contract period.

7.5 The umbrella policy must be listed on the insurance certificate with an explanation of the coverage.

8.0 RESTRICTIONS ON COMMUNICATIONS WITH UNIVERSITY STAFF

From the issue date of this Solicitation until a Contractor is selected and a contract award is made, Bidders are not allowed to communicate about the subject of the IFB with any University administrator faculty, staff, or members of the Board of Trustees except:

• The Purchasing Department representative, any University Purchasing Official representing theUniversity administration, or others authorized in writing by the Purchasing Office and

• University Representatives during Bidder presentations.

If violation of this provision occurs, the University reserves the right to reject the Bidder’s response to this Solicitation.

INVITATION FOR BID

9.0 SPECIAL CONDITIONS

9.1 The University of Alabama is requesting sealed bids to Furnish, Deliver, Install and Start Up Kohler Generator and ATS as per attached general and technical specifications or equal. The University of Alabama DOES NOT guarantee any equipment will be purchased. Vendor will be responsible for the Installation and Start Up of the equipment at the specified location plus the removal and proper disposal of all delivery and packing materials.

9.2 Minority and Disadvantaged Businesses

The University of Alabama is committed in its efforts to ensure the opportunity for participation of minority and disadvantaged businesses in the procurement of goods and services. The University is required to report purchases under governmental contracts. The vendor may be required to provide detailed reports of all minorities, women-owned and disadvantaged business participation linked to the University’s purchase orders and purchasing card purchases from Vendor. Specify in your response if your company can meet this requirement. Please see quote sheet below to respond to this question.

9.3 All vendors must be factory authorized dealers for the Kohler Equipment being quoted if applicable. All installation, start up and maintenance service must be provided by the vendor with factory trained service personnel trained on the equipment bid if applicable. A letter from the manufacturer providing proof of authorized dealership and factory trained service personnel may be required in the bid evaluation and if requested by the University must be provided within 72 hours after request.

9.4 Equipment offered for purchase must be new and the specified model or equal. No used, remanufactured or irregular product will be considered for purchase under the terms and conditions of this contract.

9.5 Warranty information and service policy must be provided with the Kholer Equipment when delivered. All equipment that is provided under this contract must include a valid manufacturer’s standard warranty. Specify all terms and conditions of the base warranties associated with your items bid. Also include complete procedures for warranty maintenance and specify the nearest authorized service center for the University of Alabama, Tuscaloosa AL 35487.

9.6 Training on the new Kohler Equipment may be required. Please quote any additional training costs on the quote sheet below. Kohler equipment must be equipped with all standard equipment and accessories plus options as specified and all equipment will be factory installed unless otherwise indicated and authorized.

9.7 Please quote your earliest date of delivery of the specified Kohler Equipment After Receipt of Order. Delivery may be a criterion in the bid award. WHEN THE LOW BIDDER CANNOT MEET DELIVERY REQUIREMENTS, THE UNIVERSITY OF ALABAMA RESERVES THE RIGHT TO CONTACT THE NEXT LOWEST RESPONSIBLE BIDDER FOR AVAILABILITY. Failure to comply with quoted delivery commitments may be grounds for revocation of bid award and may possibly jeopardize the bidder’s position on the University’s list of responsible bidders.

9.8 The University of Alabama’s intent to award is broken up into multiple options as explained below under Method of Award. Based on the options below, The University will award based on what is the best fit logistically and financially and does not guarantee any specific award option.

9.9 Invitation for Bid

2.0 Does not apply to this solicitation

6.0 is amended to include: See Special Conditions 9.7

7.0 Does apply

INVITATION FOR BID

10.0 QUOTATION SHEET

SCOPE: The University of Alabama is requesting sealed bids to Furnish, Deliver, Install and Start Up Kohler Generator and ATS as per attached general and technical specifications or equal. The University of Alabama DOES NOT guarantee any equipment will be purchased. Vendor will be responsible for the Installation and Start Up of the equipment at the specified location plus the removal and proper disposal of all delivery and packing materials.

THE MANUFACTURER AND PRODUCT NUMBER FOR EACH ITEM THAT YOU ARE QUOTING MUST BE COMPLETED FOR YOUR BID TO RECEIVE CONSIDERATION.

IMPORTANT: The COST OF EACH ITEM must include any and all transportation and delivery charges. Do NOT list these charges as a separate charge. QUOTE FOB THE UNIVERSITY OF ALABAMA, TUSCALOOSA, AL 35487.

Please provide an answer to section 9.2 “Minority and Disadvantaged Businesses” here:

Yes No

SEE QUOTE SHEET NEXT PAGE

Method of Award:

OPTION 1: Vendor is asked to quote a Grand Total for all equipment and installation as specified in the event an award for ALL to the overall low bidder is made, with the intent to pay the entire Grand Total after installation, start up and acceptance. The University prefers this option but reserves the right to choose option two. As specified under 9.8, The University does not guarantee any award.

OPTION 2: The University will reserve the right to award Item by Item to the overall low bidder if it’s in the best interest of The University.

INVITATION FOR BID

ITEM 1:

Approximate Quantity Description

1 Each New Kohler 45REZG/4P8 with ALL standard equipment plus options as specified. Please quote as per attached general and technical specifications OR EQUAL.

STANDARD EQUIPMENT AND OPTIONS REQUIRED AS FOLLOWS:

42KW Standby Rating 277/480v, 3P, 60Hz Natural Gas Fueled Weather Enclosure 1000W Block Heater Battery Battery Charger Main Circuit Breaker Engine Fluids NFPA 110 Compliant Factory Start-Up

Installaion will be the Stadium Drive Parking Deck

The University of Alabama is a tax – exempt institution. Straight sale less taxes (Federal, State and Local). Total Cost FOB UA including delivery, title, etc.:

Manufacturer Brand Being Quoted Model

TOTAL EACH $ INCLUDING ALL STANDARD EQUIPMENT AND OPTIONS

Quote Manufacturer Standard Warranty:

Please quote earliest delivery After Receipt of Order:

Standard FeaturesD Kohler Co. provides one-source responsibility for thegenerating system and accessories.

D The generator set and its components are prototype-tested,factory-built, and production-tested.

D The 60 Hz generator set offers a UL 2200 listing.D The generator set accepts rated load in one step.D The 60 Hz generator set meets NFPA 110, Level 1, whenequipped with the necessary accessories and installed perNFPA standards.

D A one-year limited warranty covers all systems andcomponents. Two- and five-year extended warranties arealso available.

D Alternator features:d The unique Fast-Responset II excitation system deliversexcellent voltage response and short-circuit capabilityusing a permanent magnet (PM)-excited alternator.

d The brushless, rotating-field alternator has broadrangereconnectability.

Ratings Range60 Hz 50 Hz

Standby: kW 37--45 30--37kVA 37--56 30--46

Prime: kW 33--41 27--32kVA 33--51 27--41

Model: 45REZG190--600 V Gas

EPA-Certified for StationaryApplications

G4-140 (45REZG) 4/14k

Generator Set RatingsNatural Gas LP Gas Natural Gas LP Gas130_C Rise 130_C Rise 105_C Rise 105_C Rise

Standby Rating Standby Rating Prime Rating Prime RatingAlternator Voltage Ph Hz kW/kVA Amps kW/kVA Amps kW/kVA Amps kW/kVA Amps

4P7

120/208 3 60 41/51 142 44/55 153 37/46 128 40/50 138127/220 3 60 41/51 134 44/55 144 37/46 121 40/50 131120/240 3 60 41/51 123 44/55 132 37/46 111 40/50 120120/240 1 60 37/37 154 37/37 154 33/33 137 33/33 137139/240 3 60 41/51 123 44/55 132 37/46 111 40/50 120220/380 3 60 40/50 76 40/50 76 37/46 70 40/50 75277/480 3 60 41/51 62 44/55 66 37/46 55 41/51 60347/600 3 60 41/51 49 44/55 53 37/46 44 41/51 48110/190 3 50 33/41 125 36/45 137 29/37 112 32/41 124115/200 3 50 33/41 118 36/45 130 29/37 106 32/41 118120/208 3 50 33/41 114 36/45 125 29/37 102 32/41 113110/220 3 50 33/41 108 36/45 118 29/37 97 32/41 107110/220 1 50 30/30 136 30/30 136 27/27 122 27/27 122220/380 3 50 33/41 62 36/45 68 29/37 56 32/41 62230/400 3 50 33/41 59 36/45 65 29/37 53 32/41 59240/416 3 50 33/41 57 36/45 62 29/37 51 32/41 56

4P8

120/208 3 60 41/51 142 44/55 153 37/46 128 40/50 138127/220 3 60 41/51 134 44/55 144 37/46 121 40/50 131120/240 3 60 41/51 123 44/55 132 37/46 111 40/50 120120/240 1 60 39/39 163 42/42 175 35/35 145 38/38 158139/240 3 60 42/53 126 45/56 135 37/46 111 40/50 120220/380 3 60 41/51 78 44/55 84 37/46 70 40/50 75277/480 3 60 42/53 63 45/56 68 37/46 55 40/50 60347/600 3 60 42/53 51 45/56 54 37/46 44 40/50 48110/190 3 50 33/41 125 37/46 140 29/37 112 32/41 124115/200 3 50 33/41 118 37/46 133 29/37 106 32/41 118120/208 3 50 33/41 114 37/46 128 29/37 102 32/41 113110/220 3 50 33/41 108 37/46 121 29/37 97 32/41 107110/220 1 50 31/31 141 35/35 159 28/28 127 32/32 145220/380 3 50 33/41 62 37/46 70 29/37 56 32/41 62230/400 3 50 33/41 59 37/46 66 29/37 53 32/41 59240/416 3 50 33/41 57 37/46 64 29/37 51 32/41 56

4Q10120/240 1 60 41/41 171 45/45 188 37/37 154 41/41 170110/220 1 50 33/33 150 37/37 168 30/30 136 33/33 150

RATINGS: All three-phase units are rated at 0.8 power factor. All single-phase units are rated at 1.0 power factor. Standby Ratings: The standby rating is applicable to varying loads for the duration of apower outage. There is no overload capability for this rating. Prime Power Ratings: At varying load, the number of generator set operating hours is unlimited. A 10% overload capacity is available for onehour in twelve. Ratings are in accordance with ISO-8528-1 and ISO-3046-1. For limited running time and continuous ratings, consult the factory. Obtain technical information bulletin (TIB-101) for ratingsguidelines, complete ratings definitions, and site condition derates. The generator set manufacturer reserves the right to change the design or specifications without notice and without any obligation or liabilitywhatsoever. For dual fuel engines, use the natural gas ratings for both the primary and secondary fuels.

G4-140 (45REZG) 4/14k

Alternator Specifications

Specifications AlternatorManufacturer KohlerType 4-Pole, Rotating-FieldExciter type Brushless, Permanent-

MagnetLeads: quantity, type

4P7, 4P8 12, Reconnectable4Q10 4, 110--120/220--240

Voltage regulator Solid State, Volts/HzInsulation: NEMA MG1

Material Class HTemperature rise 130_C, Standby

Bearing: quantity, type 1, SealedCoupling Flexible DiscAmortisseur windings FullVoltage regulation, no-load to full-load Controller DependentOne-step load acceptance 100% of RatingUnbalanced load capability 100% of Rated Standby

Current

Peak motor starting kVA: (35% dip for voltages below)480 V, 380 V 4P7 (12 lead) 194 (60 Hz), 134 (50 Hz)480 V, 380 V 4P8 (12 lead) 212 (60 Hz), 145 (50 Hz)240 V, 220 V 4Q10 (4 lead) 155 (60 Hz), 133 (50 Hz)

D NEMA MG1, IEEE, and ANSI standards compliance fortemperature rise and motor starting.

D Sustained short-circuit current of up to 300% of the ratedcurrent for up to 10 seconds.

D Sustained short-circuit current enabling downstream circuitbreakers to trip without collapsing the alternator field.

D Self-ventilated and dripproof construction.

D Vacuum-impregnated windings with fungus-resistant epoxyvarnish for dependability and long life.

D Superior voltage waveform from a two-thirds pitch stator andskewed rotor.

D Fast-Responset II brushless alternator with brushlessexciter for excellent load response.

Application Data

EngineEngine Specifications 60 Hz 50 HzManufacturer General MotorsEngine: model, type Industrial Powertrain

Vortec 4.3 L, 4-CycleNatural Aspiration

Cylinder arrangement V-6Displacement, L (cu. in.) 4.3 (262)Bore and stroke, mm (in.) 101.6 x 88.4 (4.00 x 3.48)Compression ratio 9.05:1Piston speed, m/min. (ft./min.) 318 (1044) 265 (870)Main bearings: quantity, type 4, BabbittRated rpm 1800 1500Max. power at rated rpm, kW (HP) 52 (70) 43 (57)Engine power at standby rating, kW (HP)

Natural Gas 49 (65) 38 (51)LP Gas 52 (70) 43 (57)

Cylinder head material Cast IronPiston type and material High Silicon AluminumCrankshaft material Nodular IronValve (exhaust) material Forged SteelGovernor type ElectronicFrequency regulation, no-load to full-load IsochronousFrequency regulation, steady state 0.5%Frequency FixedAir cleaner type, all models Dry

ExhaustExhaust System 60 Hz 50 HzExhaust manifold type DryExhaust flow at rated kW, m3/min. (cfm) 9.3 (327) 7.8 (274)Exhaust temperature at rated kW, dryexhaust, _C (_F) 649 (1200)Maximum allowable back pressure,kPa (in. Hg) 10.2 (3.0)Exhaust outlet size at engine hookup,mm (in.) 76 (3.0) OD

Engine ElectricalEngine Electrical System 60 Hz 50 HzIgnition system Electronic, DistributorBattery charging alternator:

Ground (negative/positive) NegativeVolts (DC) 12Ampere rating 70

Starter motor rated voltage (DC) 12Battery, recommended cold crankingamps (CCA):

Qty., rating for --18_C (0F) 1, 630Battery voltage (DC) 12

FuelFuel System 60 Hz 50 HzFuel type Natural Gas, LP Gas, or

Dual FuelFuel supply line inlet 1 NPTFNatural gas fuel supply pressure, kPa(in. H2O) 1.74--2.74 (7-11)LPG vapor withdrawal fuel supplypressure, kPa (in. H2O) 1.24--2.74 (5-11)Dual fuel engine, LPG vapor withdrawalfuel supply pressure, kPa (in. H2O) 1.24 (5)

Fuel Composition Limits * Nat. Gas LP GasMethane, % by volume 90 min. —Ethane, % by volume 4.0 max. —Propane, % by volume 1.0 max. 85 min.Propene, % by volume 0.1 max. 5.0 max.C4 and higher, % by volume 0.3 max. 2.5 max.Sulfur, ppm mass 25 max.Lower heating value,MJ/m3 (Btu/ft3), min. 33.2 (890) 84.2 (2260)

* Fuels with other compositions may be acceptable. If your fuel isoutside the listed specifications, contact your local distributor forfurther analysis and advice.

G4-140 (45REZG) 4/14k

Application Data

LubricationLubricating System 60 Hz 50 HzType Full PressureOil pan capacity, L (qt.) 4.3 (4.5)Oil pan capacity with filter, L (qt.) 5.7 (6.0)Oil filter: quantity, type 1, Cartridge

CoolingRadiator System 60 Hz 50 HzAmbient temperature, _C (_F) * 50 (122)Engine jacket water capacity, L (gal.) 6.8 (1.8)Radiator system capacity, includingengine, L (gal.) 19.7 (5.2)Engine jacket water flow, Lpm (gpm) 106.0 (28) 87.1 (23)Heat rejected to cooling water at ratedkW, dry exhaust, kW (Btu/min.) 40.8 (2320) 36.4 (2070)Water pump type CentrifugalFan diameter, including blades, mm (in.) 533 (21)Fan, kWm (HP) 1.5 (2.0) 1.0 (1.2)Max. restriction of cooling air, intake anddischarge side of radiator, kPa (in. H2O) 0.125 (0.5)* Enclosure with enclosed silencer reduces ambient temperaturecapability by 5_C (9_F).

Operation RequirementsAir Requirements 60 Hz 50 HzRadiator-cooled cooling air,m3/min. (scfm) [ 142 (5000) 113 (4000)Combustion air, m3/min. (cfm) 2.78 (98) 2.32 (82)Heat rejected to ambient air:

Engine, kW (Btu/min.) 19.2 (1090) 16.2 (920)Alternator, kW (Btu/min.) 7.4 (420) 6.5 (370)

[ Air density = 1.20 kg/m3 (0.075 lbm/ft3)

Fuel Consumption ] 60 Hz 50 Hz

Natural Gas, m3/hr. (cfh) at % load Standby Ratings100% 16.5 (584) 13.5 (477)75% 13.8 (486) 10.4 (367)50% 10.2 (360) 8.0 (281)25% 7.7 (272) 5.8 (206)

LP Gas, m3/hr. (cfh) at % load Standby Ratings100% 7.0 (246) 6.1 (216)75% 5.7 (202) 4.7 (167)50% 4.2 (147) 3.4 (121)25% 2.9 (104) 2.4 (86)Natural Gas, m3/hr. (cfh) at % load Prime Ratings110% 16.5 (582) 13.5 (476)100% 15.7 (552) 12.2 (429)75% 12.7 (448) 9.7 (340)50% 9.5 (336) 7.6 (267)25% 7.6 (267) 5.6 (197)LP Gas, m3/hr. (cfh) at % load Prime Ratings110% 7.0 (247) 6.1 (215)100% 6.5 (230) 5.5 (195)75% 5.3 (185) 4.3 (151)50% 3.9 (138) 3.2 (112)25% 2.8 (99) 2.3 (82)

] Nominal fuel rating: Natural gas, 37 MJ/m3 (1000 Btu/ft.3)LP vapor, 93 MJ/m3 (2500 Btu/ft.3)

LP vapor conversion factors:8.58 ft.3 = 1 lb.0.535 m3 = 1 kg.36.39 ft.3 = 1 gal.

Controllers

Decision-Makerr 3000 ControllerProvides advanced control, system monitoring, and system diagnosticsfor optimum performance and compatibility.D Digital display and menu control provide easy local data accessD Measurements are selectable in metric or English unitsD Remote communication thru a PC via network orserial configuration

D Controller supports Modbusr protocolD Integrated hybrid voltage regulator with 0.5% regulationD Built-in alternator thermal overload protectionD NFPA 110 Level 1 capabilityRefer to G6-100 for additional controller features and accessories.

Decision-Makerr 550 ControllerProvides advanced control, system monitoring, and system diagnosticswith remote monitoring capabilities.D Digital display and keypad provide easy local data accessD Measurements are selectable in metric or English unitsD Remote communication thru a PC via network ormodem configuration

D Controller supports Modbusr protocolD Integrated voltage regulator with 0.25% regulationD Built-in alternator thermal overload protectionD NFPA 110 Level 1 capabilityRefer to G6-46 for additional controller features and accessories.

Overall Size, L x W x H, mm (in.):Wide Skid 2200 x 1040x 1172 (86.6 x 40.9 x 46.1)Narrow Skid 2200 x 864 x 1172 (86.6 x 34.0 x 46.1)

Weight (radiator model), wet, kg (lb.): 655 (1456)

2009, 2010, 2011, 2012, 2013, 2014 by Kohler Co. All rights reserved.

DISTRIBUTED BY:

Dimensions and Weights

NOTE: This drawing is provided for reference only and should not be used for planninginstallation. Contact your local distributor for more detailed information.

H

W L

G4-140 (45REZG) 4/14k

Standard FeaturesD Alternator ProtectionD Battery Rack and CablesD Electronic, Isochronous GovernorD Gas Fuel System (includes fuel mixer, electronic secondary gas

regulator, gas solenoid valve, and flexible fuel line between theengine and the skid-mounted fuel system components)

D Integral Vibration IsolationD Local Emergency Stop SwitchD Oil Drain ExtensionD Operation and Installation Literature

Available OptionsApprovals and Listings

- CSA Approval- IBC Seismic Certification- UL 2200 Listing

Enclosed Unit- Sound Enclosure (with enclosed critical silencer)- Weather Enclosure (with enclosed critical silencer)

Open Unit- Exhaust Silencer, Critical (kit: PA-352663)- Flexible Exhaust Connector, Stainless Steel

Fuel System- Dual Fuel NG/LPG (automatic changeover)- Flexible Fuel Line

(required when the generator set skid is spring mounted)- Gas Filter- LP Liquid Wtihdrawal (vaporizer)- Secondary Gas Solenoid Valve

Controller- Common Fault Relay- Communication Products and PC Software

(Decision-Makerr 550 controller only)- Customer Connection

(Decision-Makerr 550 controller only)- Dry Contact (isolated alarm)

(Decision-Makerr 550 controller only)- Input/Output Module

(Decision-Makerr 3000 controller only)- Remote Annunciator Panel- Remote Audiovisual Alarm Panel

(Decision-Makerr 550 controller only)- Remote Emergency Stop- Run Relay

Cooling System- Block Heater, 1000 W, 110--120 V

Recommended for ambient temperatures below 10C (50F)- Radiator Duct Flange

Electrical System- Alternator Strip Heater- Battery- Battery Charger, Equalize/Float Type- Battery Heater- Line Circuit Breaker (NEMA1 enclosure)- Line Circuit Breaker with Shunt Trip (NEMA1 enclosure)

Miscellaneous- Air Cleaner Restrictor Indicator- Certified Test Report- Engine Fluids (oil and coolant) Added- Rated Power Factor Testing- Rodent Guards

Literature- General Maintenance- NFPA 110- Overhaul- Production

Warranty- 2-Year Basic- 5-Year Basic- 5-Year Comprehensive

Other Options- _______________________________________________- _______________________________________________- _______________________________________________- _______________________________________________- _______________________________________________- _______________________________________________- _______________________________________________- _______________________________________________

Kohler Power SystemsAsia Pacific Headquarters7 Jurong Pier RoadSingapore 619159Phone (65) 6264-6422, Fax (65) 6264-6455

KOHLER CO., Kohler, Wisconsin 53044 USAPhone 920-457-4441, Fax 920-459-1646For the nearest sales and service outlet in theUS and Canada, phone 1-800-544-2444KOHLERPower.com

INVITATION FOR BID

ITEM 2:

Approximate Quantity Description

1 Each New Kohler ATS with ALL standard equipment plus options as specified. Please quote as per attached general and technical specifications OR EQUAL.

STANDARD EQUIPMENT AND OPTIONS REQUIRED AS FOLLOWS:

KSS-100A 3 Pole 277/480v MPAC-750 Controller

Installaion will be the Stadium Drive Parking Deck

The University of Alabama is a tax – exempt institution. Straight sale less taxes (Federal, State and Local). Total Cost FOB UA including delivery, title, etc.:

Manufacturer Brand Being Quoted Model

TOTAL EACH $ INCLUDING ALL STANDARD EQUIPMENT AND OPTIONS

Quote Manufacturer Standard Warranty:

Please quote earliest delivery After Receipt of Order:

OPTION 1: GRAND TOTAL FOR ALL EQUIPMENT AS SPECIFIED $

OPTION 2: Item by Item award at The University’s discrection. Quote your PER EACH price on each Line Item above.

OPTIONAL TRAINING: If an award is made, training may be required on the equipment bid after installation and hook ups are complete. Please explain in detail your training program and quote any additional cost(s) for training.

$ TRAINING COST

The nearest local service center to The University of Alabama, Tuscaloosa campus to service the Kohler Equipment:

Automatic Transfer SwitchesStandard Specific-Breaker Rated

Model KSS/KSP

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 1

Available ControllersDDecision-Makerr MPAC 750 (KSS only)DDecision-Makerr MPAC 1200 (KSS and KSP)

RatingsModel Current Voltage, Frequency

KSS 40--1000 amps 208--480 VAC

50/60 HzKSP 100--600 amps

Transfer Switch Standard FeaturesD UL 1008 listed at 208--480 VACfile #E58962 (automatic), #E86894 (nonautomatic)

D CSA certification availableD IBC seismic certification availableD Available with either automatic or non-automatic control(non-automatic control requires the Decision-MakerrMPAC 1200 controller)

D Available in 2, 3, or 4 pole configurationsD High withstand/closing ratings, for use with specific breakersonly

D Electrically operated, mechanically held mechanismD Double-throw, mechanically interlocked design(break-before-make power contacts)

D Enclosed arc chambers with arc chutesD Front-accessible contacts for easy inspectionD Main shaft auxiliary position-indicating contacts (see page 3for contact ratings)

D Standard one-year limited warranty. Extended warrantiesare available.

Standard-Transition Models (KSS)D Standard-transition operationD Silver tungsten alloy contacts on 400--600 amp modelsD Solid or switched neutral

Programmed-Transition Models (KSP)D Programmed-transition operation provides a center OFFposition that allows residual voltages in the load circuits todecay

D Programmable OFF timeD Silver alloy main contactsD Solid or switched neutral

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 2

Available Automatic Transfer Switch ControllersSelect one of the following controllers for your automatic transfer switch.

Decision-Makerr MPAC 750 Controller

D Test pushbuttonD Exercise pushbutton

D LED indicators: Source available, transfer switch position,service required (fault), and “not in auto”

D Programmable voltage pickup and dropout settings

D Programmable time delays

D Seven day generator exerciser

D Two programmable inputs and two programmable outputs

D Modbus communication standard

D RS-485 communication standard

D Ethernet communication optional

For more information about Decision-Makerr MPAC 750features and functions, see specification sheet G11--126.

Decision-Makerr MPAC 1200 Controller

D LCD display, 4 lines x 20 characters, backlit

D Complete programming and viewing capability at the doorusing the keypad and LCD display

D LED indicators: Source available, transfer switch position,service required (fault), and “not in auto”

D Programmable voltage and frequency pickup and dropoutsettings

D Programmable time delays

D Programmable generator exerciser

D Time-based load control

D Two programmable inputs and two programmable outputs

D Up to four I/O extension modules available

D Modbus communication standard

D RS-485 communication standard

D Ethernet communication optional

For more information about Decision-Makerr MPAC 1200features and functions, see specification sheet G11--127.

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 3

Application DataEnvironmental Specifications

Operating Temperature --20C to 70C (--4F to 158F)

Storage Temperature --40C to 85C (--40F to 185F)

Humidity 5% to 95% noncondensing

UL-Listed Solderless Screw-Type Terminals for External Power Connections

Model

SwitchRating,amps

Range of Wire Sizes, Copper or Aluminum*

Normal, Emergency, and Load Neutral Ground

KSS

40--150 (1) #8 to 3/0 AWG [ (3) #6 -- 3/0 AWG

(3) #6 -- 3/0 AWG

200--225 (1) #6 AWG to 250 KCMIL [

(3) #4 -- 600 KCMIL or(6) 1/0 -- 250 KCMIL

260 (1) #6 AWG to 350 KCMIL [

400(1) #4 AWG to 600 KCMIL [ or(2) #1/0 AWG to 250 KCMIL [

600 (2) #2 AWG to 600 KCMIL [(3) #4 -- 600 KCMIL or(6) 1/0 -- 250 KCMIL

(3) #4 -- 600 KCMIL or(6) 1/0 -- 250 KCMIL800 (2) #1/0 AWG to 750 KCMIL

(12) #2 -- 600 KCMIL1000 (4) #2 AWG to 600 KCMIL

KSP

100 (1) #14 to 1/0 AWG

(3) #4 -- 600 KCMIL or(6) 1/0 -- 250 KCMIL (3) #6 -- 3/0 AWG

200 (1) #6 AWG to 250 KCMIL

400(1) #4 AWG to 600 KCMIL or(2) 1/0 AWG to 250 KCMIL

600 (2) #2 AWG to 600 KCMIL(6) #4 -- 600 KCMIL or(12) 1/0 -- 250 KCMIL

(3) #4 -- 600 KCMIL or(6) 1/0 -- 250 KCMIL

* Use 60C minimum wire for #14 to #1 AWG. Use 75C minimum wire for 1/0 AWG and larger.[ Use copper wire only.

Contact Ratings

Resistive Load Inductive Load

Motor Load

NC NO

Engine Start Contacts 2 A @ 30 VDC N/A N/A N/A

Auxiliary Contacts, KSS (40--600A) ] 15 A @ 250 VAC N/A N/A N/A

Auxiliary Contacts, KSS (800--1000A) ] 15 A @ 480 VAC 15 A @ 250 VAC;6 A @ 500 VAC

5 A @ 125 VAC;3 A @ 250 VAC;1.5 A @ 500 VAC

2.5 A @ 125 VAC;1.5 A @ 250 VAC;0.75 A @ 500 VAC

Auxiliary Contacts, KSP ] 15 A @ 480 VAC 15 A @ 250 VAC;6 A @ 500 VAC

5 A @ 125 VAC;3 A @ 250 VAC;1.5 A @ 500 VAC

2.5 A @ 125 VAC;1.5 A @ 250 VAC;0.75 A @ 500 VAC

] Auxiliary position-indicating contacts, one set Normal and one set Emergency

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 4

Weights and DimensionsWeights and dimensions are shown for transfer switches in NEMA type 1 and type 3R enclosures, and open units. Consult thefactory for open units and other enclosures.

Note: Weights and dimensions are provided for reference only and should not be used for planning installation. Seeyour local distributor for submittal drawings.

Standard-Transition Models (KSS)

Amps NEMA Type

Dimensions mm (in.) Weight kg (lb.)

Height Width Depth * 2-Pole 3-Pole 4-Pole

40--225 1, 3R 791 (31.1) 450 (17.7) 316 (12.5) 28 (62) 30 (65) 31 (68)

260--400 1, 3R 1223 (48.1) 560 (22.0) 362 (14.3) 52 (115) 56 (123) 59 (131)

600 1, 3R 1702 (67.0) 610 (24.0) 514 (20.2) 179 (395) 183 (403) 186 ( 410)

800 1, 3R 1932 (76.1) 864 (34.0) 515 (20.3) N/A 226 (498) 236 (520)

1000 1, 3R 1932 (76.1) 864 (34.0) 515 (20.3) N/A 231 (509) 241 ( 531)

* Allow enough room to fully open the door for inspection and service per NEC and local codes. The NEMA type 3R enclosures have a security coveron the controller that extends 54 mm (2.1 in.) beyond the door.

Programmed-Transition Models (KSP)

Amps NEMA Type

Dimensions mm (in.) Weight kg (lb.)

Height Width Depth * 2-Pole 3-Pole 4-Pole

100--200 1, 3R 1223 (48.1) 560 (22.0) 362 (14.3) 52 (115) 56 (123) 59 (131)

400 1, 3R 1223 (48.1) 560 (22.0) 362 (14.3) 52 (115) 56 (123) 59 (131)

600 1, 3R 1702 (67.0) 610 (24.0) 514 (20.2) 179 (395) 183 (403) 186 ( 410)

* Allow enough room to fully open the door for inspection and service per NEC and local codes. The NEMA type 3R enclosures have a security coveron the controller that extends 54 mm (2.1 in.) beyond the door.

Withstand and Close-On Ratings (WCR), Standard-Transition Models

Ratings SummaryThe transfer switch is rated for use on a circuit capable of delivering not more than the RMS symmetrical amperes listed at the specifiedmaximum voltage below, but no greater than the interrupting capacity of the selected circuit breaker or fuse. Circuit breakers and fusesare supplied by the customer.

Certified Withstand Current Ratings in RMS Symmetrical Amperes (480 V maximum) *

With Current-Limiting Fuses

Specific CoordinatedBreaker Rating,

(see the following tables) Any Breaker Ratings [

SwitchRating,Amps Fuse Class

Maximum CircuitAmps at480 VAC

MaximumVoltage

MaximumCircuit Amps at

480 VACMaximumVoltage

Maximum CircuitAmps at 480VAC

Time Duration(sec. maximum)

40--225 J 200,000 480 V 30,000 480 V 10,000 0.025

260 N/A N/A 480 V 35,000 N/A N/A N/A

400J 200,000

480 V 50,000 480 V 35,000 0.050RK5, RK1 100,000

600 N/A N/A 480 V 50,000 N/A N/A N/A

800L 200,000 480 V 65,000 N/A N/A N/A

1000

* All values are available symmetrical RMS amperes and tested in accordance with the withstand/closing requirements of UL 1008.[ Applicable to breakers with instantaneous trip elements.

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 5

Ratings with Specific Manufacturers’ Circuit Breakers, Standard-Transition ModelsWithstand and close-on ratings (WCR) in RMS symmetrical amperes for specific manufacturers’ circuit breakers.

SwitchRating,amps

Molded-Case Circuit Breakers

WCR,ampsRMS

Voltage,Max. Manufacturer Type

Max. Size,Amps

40

80

100

150

200

225

30,000 480

Eaton/Cutler-Hammer

FCL, FB TRI-PAC 100

EGS, EGH, EGC 125

FD, FDC, HFD 225

JGS, JGH, JGC, JGU, JGX, JD, JDB, HJD, JDC, LCL, LCLA 250

KDB, KD, CKD, HKD, CHKD, KDC, LCL, LCLA, LA TRI--PAC,NB TRI-PAC, LDC, CLDC, CHLD 400

Schneider/Square D

HG, HJ, HL, HR 150

JG, JJ, JL, JR 250

LG, LJ, LL, LR 400

ITE/Siemens

CED6, HED4, HED6, HHED6 125

CFD6, FD6, FXD6, HFD6, HFXD6, HHFD6, HHFXD6 250

CJD6, HHJD6, HHJXD6, HJD6, HJXD6, JD6, JXD6, SCJD6, SHJD6,SJD6 400

General Electric

FBH, FBL, FBN, FBV, FCH, FCL, FCN, FCV, TB1 100

SEL, SEP, THLC1 150

THK2, THLC2 225

FEH, FEL, FEN, SFH, SFL, SFP 250

FGH4, FGL4, FGN4, FGP4, SGH4, SGL4, SGP4, TB4, THJK4, TJJ,TJK4, TLB4 400

260 35,000 480

Eaton/Cutler-Hammer

FB TRI-PAC 100

EGC, EGH, EGS 125

FD, FDC, HFD 225

HJD, JD, JDB, JDC, JGC, JGH, JGS, JGU, JGX, LCL, LCLA 250

NHH 350

CHKD, CHLD, CKD, CLDC, HKD, KD, KDB, KDC, LA TRI-PAC, LCL,LCLA, LDC, NB TRI-PAC 400

Schneider/Square D

HG, HJ, HL, HR 150

JG, JJ, JL, JR 250

LG, LJ, LL, LR 400

ITE/Siemens

CED6, HED4, HHED6 125

CFD6, FD6, FXD6, HFD6, HFXD6, HHFD6, HHFXD6 250

CJD6, HJD6, HJXD6, HHJD6, HHJXD6, JD6, JXD6, SCJD6, SHJD6,SJD6 400

General Electric

FBL, FBH, FBN, FBV, FCH, FCL, FCN, FCV, TB1 100

SEL, SEP, TEL, TEML, THLC1 150

TFL, THLC2, TLB2 225

FEH, FEL, FEN, SFH, SFL, SFP 250

SGHA 350

FGH4, FGL4, FGN4, FGP4, SGH4, SGL4, SGP4, TB4, THJK4,THLC4, TLB4 400

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 6

Ratings with Specific Manufacturers’ Circuit Breakers, Standard-Transition, continued

SwitchRating,amps

Molded-Case Circuit Breakers

WCR,ampsRMS

Voltage,Max. Manufacturer Type

Max. Size,amps

400 50,000 480

Eaton/Cutler-Hammer

FDC, HFD 225

HJD, JDC, JGC, JGU, JGX 250

CHKD, CHLD4, CHMDL4, CLDC4, CMDL4, HKD, HLD4, HMDL4, KDC,LDC4, MDL4, NB TRIPAC 400

CHLD6, CHMDL6, CMDL6, HLD6, HMDL6, LCDC6, LDC6, MDL6,NB TRI-PAC 600

CHMDL8, CMDL8, HMDL8, MDL8, NB TRI--PAC 800

Schneider/Square D

JJ, JL, JR 250

LJ, LL, LR 400

LJ, LL, LR 600

MJ, PJ, PK, PL, RJ, RK, RL 800

ITE/Siemens

CFD6, HFD6, HFXD6, HHFD6, HHFXD6 250

CJD6, HHJD6, HHJXD6, HJD6, HJXD6, SCJD6, SHJD6 400

CLD6, HHLD6, HHLXD6, HLD6, HLXD6, SCLD6, SHLD6 600

CMD6, HMD6, HMXD6, MD6, MXD6, SCMD6, SHMD6, SMD6 800

General Electric

FEH, FEL, FEN, SFL, SFP 250

FGH4, FGL4, FGP4, SGL4, SGP4, TB4, THLC4, TJL4, TLB4 400

FGH6, FGL6, FGN6, FGP6, SGL6, SGP6, TB6, TJL6 600

SKH8, SKL8, SKP8, TB8 800

600 50,000 480

Eaton/Cutler-Hammer

HJD, JDC, JGC, JGH, JGU, JGX 250

CHKD, CHLD4, CHMDL4, CLDC4, CMDL4, HKD, HLD4, HMDL4, KDC,LDC4, MDL4, NB TRI-PAC 400

CHLD6, CHMDL6, CMDL6, HLD6, HMDL6, LCDC6, LDC6, MDL6,NB TRI-PAC 600

CHMDL8, CMDL8, HMDL8, MDL8, NB TRI-PAC 800

Schneider/Square D

JJ, JL, JR 250

LJ, LL, LR 400

LJ, LL, LR 600

MJ, PJ, PK, PL, RJ, RK, RL 800

ITE/Siemens

CFD6, HFD6, HFXD6, HHFD6, HHFXD6 250

CJD6, HHJD6, HHJXD6, HJD6, HJXD6, SCJD6, SHJD6 400

CLD6, HHLD6, HHLXD6, HLD6, HLXD6, SCLD6, SHLD6 600

CMD6, HMD6, HMXD6, MD6, MXD6, SCMD6, SHMD6, SMD6 800

General Electric

FEH, FEL, FEN, SFL, SFP 250

FGH4, FGL4, FGP4, SGL4, SGP4, TB4, THLC4, TJL4, TLB4 400

FGH6, FGL6, FGN6, FGP6, SGL6, SGP6, TB6, TJL6 600

SKH8, SKL8, SKP8, TB8 800

800

100065,000 480

Eaton/Cutler-Hammer

TRI-PAC NB, CHMDL, HMDL, CHND, HND, NDC, CNDC 800

TRI-PAC NB, CNDC, NDC, CRDC, TRI-PAC PB, RDC, CHND, HND 1200

Schneider/Square D

MH, MH SERIES 2 800

MH SERIES 2 1000

ITE/SiemensCMD6, HMD6, SCMD6, SHMD6, CND6, HND6, SCND6, SHND6, CPD6 800

CND6, HND6, SCND6, CPD6, SHND6 1200

General ElectricTB8, TC, THC, THP, TKL85, SKL8, SKP8, MICROVERSA TKL 12S,SKL12, SKP12 800

THC, THP, SKP12, TRP, MICROVERSA TKL, SKL12 1200

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 7

Withstand and Close-On Ratings (WCR), Programmed-Transition ModelsSuitable for emergency and standby applications on all classes of load, 30% tungsten rated on all amperages. The transfer switchis rated for use on a circuit capable of delivering not more than the RMS symmetrical amperes listed at 480 volts maximum, but nogreater than the interrupting capacity of the selected circuit breaker. Circuit breakers are supplied by the customer. All WCRvalues are available symmetrical RMS amperes and tested in accordance with the withstand/closing requirements of UL 1008.

Ratings with Specific Manufacturers’ Circuit Breakers, 480 Volts

SwitchRating, amps

Molded-Case Circuit BreakersWCR,

amps RMSVoltage,Max. Manufacturer Type Max. Size, amps

100

20030,000 480

Eaton/Cutler-Hammer

FCL, FB TRI-PAC 100FD, FDC, HFD 150HJD, JD, JDB, JDC 250HKD, KD, KDB, KDC, LA TRI--PAC, LCL, DK, CHKD 400

Schneider/Square D

HLA 70, 100FC, FH, FI 100KA, KC, KH, KI 250LA, LC, LE, LH, LI, LX, LXI 400

ITE/Siemens

CED6, ED6, HED4, HED6, ED4 125CFD6, FD6, FXD6, HFD6 250CJD6, HJD6, HHJD6, HHJXD6, SCJD6, SHJD6, SJD6 400

General Electric

TB1 100SEL, SEP, TEL, THED, THLC1 150TFL, THFK, THLC2 225SFL, SFP, TFL 250SGL4, SGP4, TB4, THJK4, THLC4, TJJ, TJK4, TLB4 400

Merlin Gerin

CF250L, CF250H 250CJ400L, CK400H, CJ400H, CK400N 400CJ600H 600CK800H, CK800N 800

ABB JHB 400

400

60065,000 480

Eaton/Cutler-Hammer

FCL, FB TRI-PAC 100FD, FDC, HFD 150HJD, JD, JDB, JDC 250HKD, KD, KDB, KDC, LA TRIPAC, LCL, DK, CHKD 400HLD, CHLD, LDC, CLDC 300--600NB TRI--PAC 300--800

Schneider/Square D

FC, FH, FI 100KA, KC, KH, KI 250LA, LC, LE, LH, LI, LX, LXI 400LC, LE, LI, LXI, LX 600MX, ME, MH 800

ITE/Siemens

CED6, ED6, HED4, HED6, ED4 125CFD6, HFD6, FD6, FXD6 250CJD6, SCJD6, HHJD6, HHJXD6, SHJD6, HJD6, SJD6 400CLD6, SCLD6, HHLD6, HHLXD6, SHLD6, HLD6 600CMD6, SCMD6, HMD6, SHMD6, HMXD6, MD6, MXD6, SMD6 800

Merlin Gerin

CF250L, CF250H 250CJ400L, CK400H, CJ400H, CK400N 400CJ600H 600CK800H, CK800N 800

ABBJHB 400S6 800

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 8

Codes and Standards

The ATS meets or exceeds the requirements of the followingspecifications:

D Underwriters Laboratories UL 1008, Standard for AutomaticTransfer Switches for Use in Emergency Standby Systemsfile #E58962 (automatic), #E86894 (nonautomatic)

D CSA C22.2 No. 178 certification available, file #LR58301

D NFPA 70, National Electrical Code

D NFPA 99, Essential Electrical Systems for Health CareFacilities

D NFPA 110, Emergency and Standby Power Systems

D IEEE Standard 446, IEEE Recommended Practice forEmergency and Standby Power Systems for Commercialand Industrial Applications

D NEMA Standard ICS 10--2005, Electromechanical ACTransfer Switch Equipment

D EN61000-4-4 Fast Transient Immunity Severity Level 4

D IEC 60947-6-1, Low Voltage Switchgear and Control Gear;Multifunction Equipment; Automatic Transfer SwitchingEquipment

D EN61000-4-5 Surge Immunity Class 4(voltage sensing and programmable inputs only)

D IEC Specifications for EMI/EMC Immunity:

d CISPR 11, Radiated Emissions

d IEC 1000-4-2, Electrostatic Discharge

d IEC 1000-4-3, Radiated Electromagnetic Fields

d IEC 1000-4-4, Electrical Fast Transients (Bursts)

d IEC 1000-4-5, Surge Voltage

d IEC 1000-4-6, Conducted RF Disturbances

d IEC 1000-4-8, Magnetic Fields

d IEC 1000-4-11, Voltage Dips and Interruptions

D IEEE 472 (ANSI C37.90A) Ring Wave Test

D Seismic certification in accordance with the InternationalBuilding Code is available. (Accessory kit is required forseismic certification.)d IBC 2000, referencing ASCE 7-98 and ICC AC-156d IBC 2003, referencing ASCE 7-02 and ICC AC-156d IBC 2006, referencing ASCE 7-05 and ICC AC-156d IBC 2009, referencing ASCE 7-05 and ICC AC-156d IBC 2012, referencing ASCE 7-10 and ICC AC-156

Transfer Switch AccessoriesAccessories are available either factory-installed or as loosekits, unless otherwise noted.

- CSA Certification

- Digital Meter (with MPAC 1200 only)DMeasure and display voltage, current, frequency, andpower for both sources

DProgrammable visual alarms for high voltage, low voltage,and high current

D Three digital outputsDSerial port for optional network connectionsDPassword-protected programming menusD Joystick operationD Factory-installedD Three digital outputsD Joystick operation

- Extended WarrantiesD 2-year basic

D 5-year basic

D 5-year comprehensive

D 10-year major components

- Export Packaging

- Heater, Anti-CondensationDHygrostat-controlled 120 VAC strip heater(customer-supplied voltage source required)

D 100 or 250 watts (sized for enclosure)DProtective 15 Amp circuit breaker

- Literature KitsDProduction literature kit(one kit is included with each transfer switch)

DOverhaul literature kit

- Load Shed KitD Forced transfer from Emergency to OFF

DAvailable for 100--600 Amp programmed-transition models(KSP) only

DCustomer-supplied signal (contact closure) is required forthe forced transfer to OFF function

D Factory-installed

- Neutral AssemblyDAvailable as loose kit for open units

- RSA III Remote Serial AnnunciatorDMonitors the generator setDMonitors Normal and Emergency source status andconnection

DMonitors ATS common alarmDAllows remote testing of the ATS

For more information, see specification sheet G6--139.

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 9

- Seismic CertificationDCertification depends on application and geographiclocation. Contact your distributor for details.

DAvailable for 40--1000 amp KSS and 100--600 amp KSPmodels with NEMA 1, 3R, 4, 4X, and 12 enclosures

- Surge Protection Device (SPD)DSurge protection reduces transient voltages to harmlesslevels

DProtection modes: L-L / L-N / L-G / N-GDReplaceable phase and neutral cartridges for serviceD Frequency: 50--60 HzDOperating Temperature Range: --40 to 176_F(--40 to 80_C)

DRemote contacts for customer-supplied status indicators:Contacts: 1 NO, 1 NCMin Load: 12VDC / 10 mAMax. Load: 250 VAC / 1 AWire Size (max.): 16AWG

D Fuse protection: 30 amps / 600 VDUL 1449, 3rd Edition for Type 2 applicationsD IEC 61-643-1, 2nd Edition T2/11DSee additional specifications below

Additional Controller AccessoriesSee the controller spec sheet for more information.

- Accessory Modules (with MPAC 1200 only)DAlarm ModuleDExternal Battery Supply ModuleD Input/Output ModuleDHigh-Power Input/Output Module

- Controller Disconnect Switch

- Ethernet Communications

- Current Sensing Kit (with MPAC 1200 only)

- Line-to-Neutral Voltage Monitoring(with MPAC 1200 only)

- Padlockable User Interface Cover

- Supervised Transfer Control Switch(with MPAC 1200 only)

SPD Specifications

NominalVoltage(V±15%)

Max.DischargeCurrent(kA) Phase Poles

UL VPR 3rd Ed(L-N/N-G/L-G)

(kV)

Limiting Voltage, (L-N/N-G/L-G)(kV) Short Circuit

WithstandCurrent (kA)

MaximumContinuousOperating

Voltage (VAC)at 3kAmps at 10kAmp

240 /120 40 Split 3 0.6 / 1.2 / 0.7 0.6 / 0.4 / 0.6 0.8 / 0.7 / 0.8 200 175 / 350

208 /120 40 Wye 4 0.6 / 1.2 / 0.7 0.6 / 0.4 / 0.6 0.8 / 0.7 / 0.8 200 175 / 350

480 /277 40 Wye 4 1.0 / 1.2 / 1.1 1.0 / 0.4 / 1.0 1.2 / 0.7 / 1.2 200 320 / 460

240 /120 40 HLD 4 1.0 / 1.2 / 1.1 1.0 / 0.4 / 1.0 1.2 / 0.7 / 1.2 200 320 / 460

600 /347 40 Wye 4 1.3 / 1.2 / 1.4 1.3 / 0.4 / 1.3 1.5 / 0.7 / 1.5 200 440 / 880

Availability is subject to change without notice. Kohler Co. reserves theright to change the design or specifications without notice and withoutany obligation or liability whatsoever. Contact your local Kohlerr PowerSystems distributor for availability.

DISTRIBUTED BY:

Kohler Power SystemsAsia Pacific Headquarters7 Jurong Pier RoadSingapore 619159Phone (65) 6264-6422, Fax (65) 6264-6455

KOHLER CO., Kohler, Wisconsin 53044 USAPhone 920-457-4441, Fax 920-459-1646For the nearest sales and service outlet in theUS and Canada, phone 1-800-544-2444KOHLERPower.com

2014 by Kohler Co. All rights reserved.

Model Controls Voltage Poles Enclosure Current Rating MiscellaneousMechanism Transition

Model Designation

Record the transfer switch model designation in the boxes. The transfer switch model designation definescharacteristics and ratings as explained below.

Sample Model Designation: KSP-DCTA-0100S

G11-130 (Model KSS/KSP Transfer Switch) 3/14 Page 10

Model

K: Kohler

Mechanism

S: Standard (Specific-Breaker)

Transition

S: Standard

P: Programmed

Controller

A: Decision-Makerr MPAC 1200, Automatic

B: Decision-Makerr MPAC 1200, Non-Automatic

J: Decision-Makerr MPAC 750, Automatic

Voltage/Frequency

C: 208 Volts /60 Hz J: 416 Volts /50 Hz

D: 220 Volts /50 Hz K: 440 Volts /60 Hz

F: 240 Volts /60 Hz M: 480 Volts /60 Hz

G: 380 Volts /50 Hz P: 380 Volts /60 Hz

H: 400 Volts /50 Hz R: 220 Volts /60 Hz

Number of Poles/Wires

N: 2 Poles /3 Wires, Solid Neutral

T: 3 Poles /4 Wires, Solid Neutral

V: 4 Poles /4 Wires, Switched Neutral

Enclosure

A: NEMA 1 D: NEMA 4

B: NEMA 12 F: NEMA 4X

C: NEMA 3R G: Open Unit

Current, Amps

0040 0200 600

0080 0225 800

0100 0260 1000

0150 0400

Connections

S: Standard

Note: Some selections are not available for every model.Contact your Kohler distributor for availability.

CERTIFICATION OF COMPLIANCE WITH THE STATE OF ALABAMA IMMIGRATION LAW

The undersigned officer of _________________________________ (Company) certifies to the Board of Trustees of the University of Alabama that the Company does not employ an individual or individuals within the State of Alabama. _____________________________________ SIGNATURE OF COMPANY OFFICER _____________________________________ PRINT COMPANY NAME _____________________________________ PRINT NAME OF COMPANY OFFICER _____________________________________ PRINT TITLE OF COMPANY OFFICER _____________________________________ DATE

Welcome User ID Last Login Log Out

U.S. Department of Homeland Security - www.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov Accessibility Download Viewers

Click any for help Home

My Cases

New Cases

View Cases

Search Cases

My Profile

Edit Profile

Change Password

Change Security Questions

My Company

Edit Company Profile

Add New User View Existing Users

Close Company Account My Reports View Reports My Resources View Essential Resources Take Tutorial View User Manual Contact Us

Company Information

Company Name:

Company ID Number:

Doing Business As (DBA) Name:

DUNS Number:

Physical Location: Mailing Address:

Address 1: Address 1:

Address 2: Address 2:

City: City: State: State: Zip Code: Zip Code:

County:

Additional Information:

Employer Identification Number: Total Number of Employees: Parent Organization: Administrator: Organization Designation: Employer Category: Federal Contractor Category: Employees being verified: NAICS Code:

Total Hiring Sites:

Total Points of Contact:

View/Edit

View/Edit

View/Edit

View/Edit

View MOU

DISCLOSURE STATEMENT

1. Contract/Purchase Order No. ___________________________________ 2. Name of Contract/Grantee: ___________________________________ Address: ___________________________________ ___________________________________ Telephone:___________________________________ Fax: ___________________________________ 3. Nature of Contract/Grant: ______________________________________ ______________________________________ ______________________________________ 4. Does the contractor/grantee have any relationships with any employee or official of the University, or a family member of such employee or official, that will enable such employee or official, or his/her family member, to benefit from this contract? If so, please state the names, relationships, and nature of the benefit. ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ (For employees of the University, family members include spouse and dependents. For members of the Board of Trustees (officials), family members include spouse, dependents, adult children and their spouses, parents, in-laws, siblings and their spouses.) This Disclosure Form will be available for public inspection upon request. The above information is true and accurate, to the best of my knowledge. ________________________________ Signature of Authorized Agent of Contractor/Grantee Date: ____________________________ RETURN FORM TO: The University of Alabama Purchasing Dept. Box 870130 Tuscaloosa, AL 35487-0130 Ph: (205) 348-5230 Fax: (205) 348-8706 www.purchasing.ua.edu