Download as pdf or txt
Download as pdf or txt
You are on page 1of 39

EMERGENCY PREPAREDNESS

TENDER

SUPPLY, DELIVERY AND COMMISSIONING OF


EMERGENCY GENERATORS

July 2022

File 2022-134
City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Table of Contents
1.0 INTRODUCTION AND PURPOSE................................................................................................ 4
1.1 PURPOSE............................................................................................................................................... 5
2.0 TENDER TERMS ............................................................................................................................. 6
2.1 DEFINITIONS ....................................................................................................................................... 6
2.2 NO OBLIGATION TO PROCEED ....................................................................................................... 8
2.3 CANCELLATION ................................................................................................................................. 8
2.4 CITY’S DECISION-MAKING .............................................................................................................. 8
2.5 ENQUIRIES ........................................................................................................................................... 8
2.6 ERRORS AND OMISSIONS ................................................................................................................ 9
2.7 ADDENDA, CORRECTIONS, OR EXTENSIONS.............................................................................. 9
2.8 ELIGIBILITY......................................................................................................................................... 9
2.9 BID SUBMISSION CLARIFICATION ................................................................................................ 9
2.10 SIGNED BID SUBMISSIONS ............................................................................................................ 9
2.11 ALTERNATIVE SOLUTIONS ........................................................................................................... 9
2.13 ACCURACY OF REFERENCING ................................................................................................... 10
2.14 CONDITIONS OF TENDERING ...................................................................................................... 10
2.15 TENDERS TO INVESTIGATE ......................................................................................................... 10
2.16 SUBSTITUTIONS ............................................................................................................................. 10
2.17 PREPARATION OF TENDER .......................................................................................................... 10
2.18 TAXES ............................................................................................................................................... 10
2.19 TENDER SECURITY ........................................................................................................................ 10
2.20 CONTRACT SECURITY .................................................................................................................. 10
2.21 MAINTENANCE PERIOD DEPOSIT .............................................................................................. 11
2.22 HOLDBACK ...................................................................................................................................... 11
2.23 RETURN OF TENDER SECURITY ................................................................................................. 11
2.24 CHANGES TO TENDER WORDING .............................................................................................. 11
2.25 IRREVOCABILITY OF TENDERS.................................................................................................. 11
2.26 INFORMAL OR UN-BALANCED TENDERS ................................................................................ 11
2.27 RIGHT TO ACCEPT OR REJECT ANY TENDER ......................................................................... 12
2.28 CONFLICT OF INTEREST ............................................................................................................... 12
2.29 TENDER AWARD ............................................................................................................................ 12
2.30 SAFETY DOCUMENTATION ......................................................................................................... 12
2.31 TENDER SUBMISSION REQUIREMENTS ................................................................................... 12

City of Charlottetown Page 2


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

2.32 GRATUITIES..................................................................................................................................... 12
2.33 PROJECT BUDGET .......................................................................................................................... 12
2.34 INSURANCE AND WORKERS COMPENSATION ....................................................................... 13
2.35 COMPLETENESS OF BID ............................................................................................................... 13
2.36 SUB-CONTRACTING ...................................................................................................................... 13
2.37 ASSIGNMENT .................................................................................................................................. 14
2.38 LAWS OF PRINCE EDWARD ISLAND ......................................................................................... 14
2.39 PERFORMANCE............................................................................................................................... 14
2.40 FINAL AGREEMENT ....................................................................................................................... 14
2.41 CONFIDENTIALITY ........................................................................................................................ 14
2.42 CONFLICT OF INTEREST ............................................................................................................... 14
2.43 VALIDITY OF BID SUBMISSIONS ................................................................................................ 15
2.44 SITE VISIT ........................................................................................................................................ 15
2.45 SCHEDULE ....................................................................................................................................... 15
3.0 SCOPE OF WORK ......................................................................................................................... 16
3.1 GENERAL DESCRIPTION................................................................................................................. 16
3.2 GENERAL PROVISIONS AND REQUIREMENTS.......................................................................... 16
3.3 PRODUCTS ......................................................................................................................................... 17
3.4 EXECUTION & INSTALLATION ..................................................................................................... 26
3.5 FIELD QUALITY CONTROL ............................................................................................................ 28
3.6 ANTICIPATED TIMEFRAMES ......................................................................................................... 28
4.0 GENERAL CONTRACT TENDER PACKAGE ......................................................................... 29
BIDDER INFORMATION SHEET: ................................................................................................... 29

City of Charlottetown Page 3


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

1.0 INTRODUCTION AND PURPOSE


Tenders shall be submitted by completing this document and placing it in a sealed envelope, clearly
marked on the outside, Tender – Supply, Delivery and Commissioning of Emergency Generators;
Attention Controller; 3rd Floor City Hall, 199 Queen Street, Charlottetown PE, C1A 4B7”, and
must be received by the Controller before 2:00:00 pm local time on Wednesday, July 6, 2022. It is the
responsibility of the Bidder to deliver the sealed proposals to the 3rd floor of City Hall before the time
indicated. Late bids will not be accepted and returned to the Bidder unopened.

Any addenda will be posted on the City of Charlottetown website at www.charlottetown.ca/tenders.


Bidders are responsible for checking the website for proposal/quote/tender notices, documents and
addenda. The City is not responsible for ensuring Bidders have obtained addenda.

Two (2) copies of the submission documents are required. No fax, email or electronic submissions
will be accepted as the sole method of submission although an electronic copy (PDF or Microsoft
WORD) of the submission would be appreciated either included in the envelope noted above or emailed
following the closing date and time. It is the bidder’s responsibility to ensure that their submission is
received prior to the closing date and time noted above. There will be a public opening of submissions
received immediately after closing. The awarding of a contract, if any, resulting from this Request for
Quotations, shall be done, upon approval by City Council, as soon as practical after bid evaluations have
been completed. Results of this Request for Quotations will be posted on the City’s awards webpage at the
following address: www.charlottetown.ca/tenders.

This Tender creates no obligation on the part of the City of Charlottetown to award the contract or to
reimburse Bidders for tender preparation expenses. The City of Charlottetown reserves the right to accept
or reject any and all bids, in whole or in part, received as a result of this request, and to negotiate in any
manner necessary to best serve the interest of the City. The decision on which bid best satisfies the needs
of the City rests solely with the City and any decision is not open to appeal. Submissions will not be
evaluated if the Bidder’s current or past corporate or other interests may, in the City’s opinion, give rise
to a conflict in connection with this Tender. The City specifically reserves the right to reject all Tenders
if none is considered to be satisfactory and, in that event, at its option, to call for additional Tenders. The
City specifically reserves the right, if it chooses, to accept one or more or any combination of the four
(4) proposed generators if budget restrictions do not accommodate the purchase of all of the generators.
No term or condition shall be implied, based upon any industry or trade practice or custom, any practice
or policy of the City or otherwise, which is inconsistent or conflicts with the provisions contained in
these conditions.

At the election of the City, whether or not a submission or submissions otherwise satisfies the
requirements of the Tender, the City may reject summarily any submission received from a Bidder who
has been anywise involved in litigation, arbitration or alternative dispute resolution with the City within
the five (5) year period immediately preceding the date on which the Tender was published.

The City’s evaluation may include information provided by the Bidder’s references and may also
consider the Bidder’s past performance on previous contracts with the City or other institutions.

The City may prohibit a Bidder from participating in a procurement process based on past performance
or based on inappropriate conduct in a prior procurement process, and such inappropriate conduct shall

City of Charlottetown Page 4


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

include but not be limited to the following: (a) the submission of tenders or quotations containing
misrepresentations or any other inaccurate, misleading or incomplete information; (b) the refusal of the
Bidder to honor its pricing or other commitments made in its bid; or (c) any other conduct, situation or
circumstance, as solely determined by the City.

A Bidder who has already submitted a bid may submit a further bid at any time up to the official closing
time. The last submission received shall supersede and invalidate all submissions previously submitted
by that bidder for this RFQ. Any bidder may withdraw or qualify his/her submission at any time up to
the official closing time by re-submitting a new bid to the City. The time and date of receipt will be
marked thereon and the new submission will be placed in the tender box. The new submission shall be
marked on the sealed envelope by the Bidder as “Resubmission #” along with the name of the Tender
and to the attention of the Controller, as noted above in this Tender. Bids may be withdrawn at any time
prior to opening upon written request from the bidder. Negligence on the part of the bidder in preparing
his/her bid shall not constitute a right to withdraw a bid subsequent to the bid opening.

Any potential conflict of interest must be disclosed to the City in writing. Any conflict of interest
identified will be considered and evaluated by the City. The City has the sole discretion to take the steps
deemed necessary to resolve the conflict. If, during the term of the contract, a conflict or risk of conflict
should arise, the Contractor will notify the City immediately in writing of that conflict or risk and take
any steps that the City reasonably requires to resolve the conflict or deal with the risk.

The City will pay the successful Bidder via Electronic Funds Transfer. The successful Bidder will be
required to provide the necessary information for registration on the City’s payment system.

Any questions in respect of this Tender must be addressed, in writing, by email to Controller
(tenders@charlottetown.ca). Questions must be received no less than three (3) business days before
the closing date of the Tender.

1.1 PURPOSE
The purpose of this Tender process is to select a Bidder to supply, deliver, unload, commission, load
bank test and provide owners training for four (4) new standby emergency generators as detailed in
Section 3.0 - SCOPE OF WORK of the tender document.

City of Charlottetown Page 5


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

2.0 TENDER TERMS


The City has formulated the terms and procedures set out in this Tender to ensure that it receives bids
through an open, competitive process and the Bidders receive fair and equitable treatment in the
solicitation, receipt and evaluation of their bids.

The following terms will apply to this Tender and to any subsequent Contract. Submission of a bid in
response to this Tender indicates acceptance of all the following terms.

2.1 DEFINITIONS
Throughout this Tender, terminology is used as follows:
a) “City” means The City of Charlottetown.

b) “Administrator” means the person or persons designated within the bylaws of the City as
responsible for giving direction to or negotiating with a potential or successful proponent.

c) “Agreement Documents” means the instructions to bidder, scope of service, addenda, response
to the Tender, and the acceptance of bid together with all subsequently negotiated agreements,
written amendments, modifications, and supplements to such documents and all written
authorizations signed by the administrator(s) amending, deleting, or adding to the contract.

d) “Bidder” means a person, partnership or corporation, acting directly or through a duly authorized
representative, submitting a tender for the work.

e) “Change Directive” is a written instruction prepared by the Consultant and signed by the Owner
directing the Contractor to proceed with a change in the Work within the general scope of the
Contract Documents prior to the Owner and the Contractor agreeing upon an adjustment in
Contract Price and Contract Time.

f) “Change Order” is a written amendment to the Contract prepared by the Consultant and signed
by the Owner and the contractor stating their agreement upon: a change in the Work; the method
of adjustment or the amount of the adjustment in the Contract Price, if any; and the extent of the
adjustment in the Contract Time, if any.
g) “Construction Equipment” means all machinery and equipment, either operated or not
operated, that is required for preparing, fabricating, conveying, erecting, or otherwise performing
the Work but is not incorporated into the Work.
h) “Consultant” is the person or entity identified as such in the Agreement. The Consultant is the
Engineer or other entity licensed to practice in the province or territory of the Place of the Work.
The term Consultant means the Consultant or the Consultant's authorized representative.
i) “Contract” is the undertaking by the parties to perform their respective duties, responsibilities,
and obligations as prescribed in the Tender Documents and represents the entire agreement
between the parties.
j) “Contract Documents” consist of the Tender Documents and amendments agreed upon between
the parties.

City of Charlottetown Page 6


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

k) “Contract Price” the Contract Price is the sum of the product of each Unit Price stated in the
Tender Form.
l) “Contractor” is the person or entity identified as such in the Agreement. The term Contractor
means the Contractor or the Contractor's authorized representative as designated to the Owner
in writing.
m) “Owner” is the person or entity identified as such in the Agreement. The term Owner means the
Owner or the Owner's authorized agent or representative as designated to the Contractor in
writing but does not include the Consultant.
n) “Product” means material, machinery, equipment, and fixtures forming the Work, but does not
include Construction Equipment.
o) “Project” means the total construction contemplated of which the Work may be the whole or a
part.
p) “Provide” means to supply and install.
q) “Shop Drawings” are drawings, diagrams, illustrations, schedules, performance charts,
brochures, Product data, and other data which the Contractor provides to illustrate details of
portions of the Work.
r) “Specifications” are that portion of the Tender Documents, wherever located and whenever
issued, consisting of the written requirements and standards for Products, systems, workmanship,
and the services necessary for the performance of the Work.
s) “Subcontractor” is a person or entity having a direct contract with the Contractor to perform a
part or parts of the Work, or to supply Products worked to a special design for the Work.
t) “Substantial Performance of the Work” is as defined in the lien legislation applicable to the
Place of the Work. If such legislation is not in force or does not contain such definition, or if the
Work is governed by the Civil Code of Quebec, Substantial Performance of the Work shall have
been reached when the Work is ready for use or is being used for the purpose intended and is so
certified by the Consultant.
u) “Supplemental Instruction” is an instruction, not involving adjustment in the Contract Price or
Contract Time, in the form of Specifications, Drawings, schedules, samples, models, or written
instructions, consistent with the intent of the Tender Documents. It is to be issued by the
Consultant to supplement the Tender Documents as required for the performance of the Work.
v) “Supplier” is a person or entity having a direct contract with the Contractor to supply Products
not worked to a special design for the Work.
w) “Temporary Work” means temporary supports, structures, facilities, services, and other
temporary things, excluding Construction Equipment, required for the execution of the Work but
not incorporated into the Work.
x) “Value Added Taxes” means such sum as shall be levied upon the Contract Price by the Federal
or any Provincial or Territorial Government and is computed as a percentage of the Contract

City of Charlottetown Page 7


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Price and includes the Goods and Services Tax, the Quebec Sales Tax, the Harmonized Sales
Tax, and any similar tax, the collection and payment of which is by the Contractor as imposed
by the tax legislation.
y) “Work” means the total construction and related services required by the Tender Documents.
z) “Working Day” means a day other than a Saturday, Sunday, statutory holiday or statutory
vacation day that is observed by the construction industry in the area of the Place of the Work.

2.2 NO OBLIGATION TO PROCEED


Though the City fully intends at this time to proceed through the Tender, the City is under no obligation
to proceed to the purchase, or any other stage. The receipt by the City of any information (including any
submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any
intended Bidder, or on its behalf) shall not impose any obligations on the City. There is no guarantee by
the City, its officers, employees or agents, that the process initiated by the issuance of this Tender will
continue, or that this Tender process or any Tender process will result in a contract with the City.

2.3 CANCELLATION
The Tender may be cancelled in whole or in part without penalty, when, in the opinion of the City:

a) There has been a substantial change in the requirements after this Tender has been issued;

b) Information has been received by the City, after issuance of this Tender, that the City feels
substantially alters the specified procurement;

c) There was insufficient competition in order to provide the level of service, quality of goods, or
pricing required, or;

d) The City, in its sole discretion, decides that there is any other sufficient justification to cancel this
Tender.

The City of Charlottetown my cancel this Tender, reject all bids, or seek to acquire the subject of this
Tender through a new Tender or by other means.

The City reserves the right to cancel any Tender at any time without recourse by the contractor. The City
has the right to not award this work for any reason including choosing to complete the work with the
Owner’s own forces.

2.4 CITY’S DECISION-MAKING


The City has the power to make any decision, or to exercise any contractual right or remedy,
contemplated in this Tender at its own absolute and unfettered discretion.

2.5 ENQUIRIES
The City has endeavored to provide complete, correct information and estimates to enable proponents to
properly assess and determine the scope and complexity of the work required to submit a response to this
Tender. Bidders are solely responsible for determining if they require more information or if anything
appears incorrect or incomplete, and for contacting the person named in this Tender if they have any

City of Charlottetown Page 8


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

questions whatsoever prior to the closing date. All enquiries related to this Tender are to be directed, in
writing, by email, to the City Controller, (tenders@charlottetown.ca). Information obtained from any
other source is not official and should not be relied upon. The City will not be responsible for any verbal
statement, instruction, or representation. Enquiries and responses will be recorded and may be distributed
to all Bidders at the City’s option by way of an addendum. Any enquiries regarding this Tender must be
submitted at least three (3) working days prior to the closing date. Any enquiries submitted after this date
may remain unanswered.

2.6 ERRORS AND OMISSIONS


Any ambiguities, inconsistencies, uncertainties or other errors related to this document of which any
Bidder may become aware should be directed, in writing, to the Controller,
(tenders@charlottetown.ca). If necessary, response to such items shall be made by way of an
addendum, which will be posted, serially, on the tender page of the City’s website.

2.7 ADDENDA, CORRECTIONS, OR EXTENSIONS


The City of Charlottetown reserves the right to modify the terms of this Tender by way of an addendum
at any time prior to closing, at its sole discretion.

2.8 ELIGIBILITY
Bids will not be evaluated if the Proponent’s current or past corporate or other interests may, in the City’s
opinion, give rise to a conflict of interest in connection with this Tender.

2.9 BID SUBMISSION CLARIFICATION


The City reserves the right, upon reasonable notice, to interview, examine, and make inquiries of any
proponent after the closing date, generally, and also for the purpose of clarifying or verifying any
particular portion of the bid submitted, which may, in the opinion of the City, be unclear or require
verification. All Proponents agree at their own expense to attend such interviews, and to fully co-operate
with the City on any such inquiry, and to provide, at the Proponents own expense, any such clarification
and/or verification as requested by the City. Inquiries made of one or more proponents for the above
purpose will not obligate the City to clarify or seek further information from any or all other proponents.

2.10 SIGNED BID SUBMISSIONS


The bid must be signed by the person(s) authorized to sign on behalf of the Bidder and to bind the Bidder
to statements made in response to this Tender. All Bidders who operate through an incorporated company
shall fix their corporate seal to the submission documents in addition to the authorized signatures. Bids
are to be submitted using the attached Tender Form at the conclusion of this Tender.

2.11 ALTERNATIVE SOLUTIONS


If alternative solutions are offered, please submit the information in the same format, as a separate
proposal.

If alternative solutions are offered, which, in the Proponent’s opinion may be advantageous to the City,
economic or otherwise, please submit the information in the same format as a separate proposal. This
alternative should clearly enumerate the advantages as well as any associated cost implications. Please
indicate that it is an alternative to the initial submission and not a replacement by writing “Alternative
Submission #” on the envelope as well as in the document itself.

City of Charlottetown Page 9


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

2.13 ACCURACY OF REFERENCING


Indexing and cross-referencing are for convenience only.

2.14 CONDITIONS OF TENDERING


Take full cognizance of content of all Tender Documents in preparation of Tender. Refer to the attached
list of documents and drawings.

2.15 TENDERS TO INVESTIGATE


Tenderers will be deemed to have familiarized themselves with existing site and working conditions and
all other conditions which may affect performance of the Contract. No plea of ignorance of such
conditions as a result of failure to make all necessary examinations will be accepted as a basis for any
claims for extra compensation or an extension of time.

2.16 SUBSTITUTIONS
Where manufactured articles are described or specified in the Tender Documents by name, catalogue
number of a manufacturer or supplier, Tenderers shall tender on the basis of using only such articles.

2.17 PREPARATION OF TENDER


Complete Tender Form provided with Project Documents in ink. Tender all items and fill in all blanks.
Have corrections initialed by person signing Tender.

2.18 TAXES
Tendered prices shall include all taxes except Harmonized Sales Tax which shall be indicated as a
separate amount and included in the Contract Price.

2.19 TENDER SECURITY


Provide Tender Security in amount of not less than 10% of the tender price (including HST) with Tender
in the form of a Certified Cheque payable to the Owner, or a Bid Bond in the amount of Fifty (50) percent
of the contract price (including applicable taxes payable to the City of Charlottetown.

If a bid bond is issued it must be accompanied by a letter of surety from a recognized Canadian Surety
Company outlining that a Fifty (50) percent performance Bond and fifty (50 percent labour and materials
bond will be presented if awarded the project. All other deposits shall be returned by mail unless
otherwise requested by the proponent.

2.20 CONTRACT SECURITY


Contract Security for amount of contract security and alternate type of contract security, if applicable.
The successful Proponent must provide the following performance deposit: certified cheque payable to
the City of Charlottetown in the amount of Ten (10) Percent of the contract price (including applicable
taxes) or a performance bond and a materials and labour bond both in the amount of Fifty (50) Percent
of the contract price (including applicable taxes) payable to the City of Charlottetown. Deposit(s) shall
be retained during the contract period until the issuance of the final certificate of completion. Certified
Cheques will be held by the Owner and no interest will be paid. Performance deposit will be released
upon final completion of the work to the Engineer’s approval. A Ten (10) Percent holdback will be
retained during construction and for Sixty (60) days following substantial completion as the Owner’s
protection during the standard lien period. If, within 60 days after the issue by the Consultant of the
Certificate of Substantial Performance, the Contractor has not corrected all the deficiencies, the Owner

City of Charlottetown Page 10


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

shall retain sufficient money to cover the cost of completing said deficiencies, as determined by the
Consultant, in addition to holding monies retained in accordance with the provisions of this Contract and
subject to the provisions of the Mechanics’ Lien legislation of P.E.I.

2.21 MAINTENANCE PERIOD DEPOSIT


A guaranteed maintenance period shall be effective for a total of twenty-four (24) months, specified from
the day following substantial completion. Five (5) Percent of all monies shall be retained by the owner
during construction and for twelve months following substantial completion. This Five (5) Percent shall
be retained as security for the owner to be utilized by the owner if the contractor fails to provide adequate
service during the maintenance period. All engineering costs incurred by the Owner resulting from
inadequate service by the Contractor (i.e., Non-responsive to deficient items requiring repair or repeated
repairs to the same item), will be deducted from the Guaranteed Maintenance Holdback. NOTE:
Guaranteed maintenance holdback is in addition to the Ten (10) Percent mechanic’s lien holdback.

2.22 HOLDBACK
There will be a ten percent (10%) holdback on all payments until progress is approved or until the full
contract is completed and passes inspection by the City of Charlottetown.

2.23 RETURN OF TENDER SECURITY


Tender Security will be returned to:
a) All except the three lowest acceptable Tenderers within 3 days of opening of tenders.
b) Two remaining unsuccessful Tenderers within the earlier of 60 days after tender closing
and 2 days after award of the tender.

2.24 CHANGES TO TENDER WORDING


The Bidder will not change the wording of its bid after closing and no wording or comments will be
added to the bid unless requested by the City for purposes of clarification.

2.25 IRREVOCABILITY OF TENDERS


A Bidder who has already submitted a bid may submit a further bid at any time up to the official closing
time. The last bid received shall supersede and invalidate all bids previously submitted by that Bidder
for this Tender. Any Bidder may withdraw or qualify his/her bid at any time up to the official closing
time by re-submitting a new bid to the City. The time and date of receipt will be marked thereon and the
new bid will be placed in the tender box. The new bid shall be marked on the sealed envelope by the
Bidder as “Resubmission #” along with the name of the Tender and to the attention of the Controller, as
noted above in the Tender. Bids may be withdrawn at any time prior to opening upon written request
from the Bidder. Negligence on the part of the Bidder in preparing his/her bid shall not constitute a right
to withdraw a bid subsequent to the tender opening.

Upon closing time, all bids become irrevocable. By submission of a bid, the Bidder agrees that should
its bid be successful and the City should decide to proceed, the Bidder will enter into a contract with the
City of Charlottetown by either signing a contract document or accepting a Purchase Order issued by the
City.

2.26 INFORMAL OR UN-BALANCED TENDERS


Tenders that contain prices which appear to be unbalanced as likely to adversely affect the interests of
the Owner may be rejected. Wherever in a tender, that an amount tendered for an item does not agree

City of Charlottetown Page 11


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

with the extension of the estimated quantity and the tendered unit price, the unit price shall govern and
the amount shall be corrected accordingly. If a Bidder has not entered a price for an item or work set out
in the Form of Tender, he shall, unless he has specifically stated otherwise in his tender, be deemed to
have allowed elsewhere in the Form of Tender for the cost of carrying out the said item or work, unless
agreed by the Owner no increase shall be made in the total tender price on account of such omission.

2.27 RIGHT TO ACCEPT OR REJECT ANY TENDER


Owner reserves right to accept or reject any Tender.

2.28 CONFLICT OF INTEREST


Any potential conflict of interest must be disclosed to the City in writing. Any conflict of interest
identified will be considered and evaluated by the City. The City has the sole discretion to take the steps
they deem necessary to resolve the conflict. If, during the term of the Contract, a conflict or risk of
conflict of interest arises, the successful Bidder will notify the City immediately in wiring of that conflict
or risk and take any steps that the City reasonably requires to resolve the conflict or deal with the risk.

2.29 TENDER AWARD


On the written acceptance by the Owner of a Tender, that Tender becomes the Contract, and the Tenderer
who has submitted it becomes the Contractor. The Contractor will be required to enter into a formal
agreement with the Owner following receipt of a written letter of acceptance from the Owner, or upon
acceptance of a purchase order issued by the Owner.

2.30 SAFETY DOCUMENTATION


a) Submit within 7 days of award of contract and prior to construction, a copy of Tenderer’s
current valid clearance letter, issued by Workers Compensation Board of Prince Edward
Island.

b) A list of documentation required from Contractors is available on the City’s website:


www.charlottetown.ca/tenders.

2.31 TENDER SUBMISSION REQUIREMENTS


A complete tender is comprised of the following:
a) The Tender Form and Supplementary Tender Information with all pages of this tender
document and spaces for entry of information by Tenderers filled in as instructed (including
proposed schedule).

b) An initial deposit or security (refer to clause 2.19 herein).

2.32 GRATUITIES
The City of Charlottetown may, by written notice to a Bidder, cancel any contract if it is found by the
City of Charlottetown that gratuities, in the form of entertainment, gifts, or otherwise, were offered or
given by the Bidder, or the agent or representative of the Bidder, to any employee or agent of the project
with a view toward securing favorable treatment with respect to the awarding or amending, or making
any determinations with respect to performing of such contract.

2.33 PROJECT BUDGET


The project budget is sensitive and following the close of tenders and prior to award, it may be necessary
to adjust the scope to match available dollars.

City of Charlottetown Page 12


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

2.34 INSURANCE AND WORKERS COMPENSATION


The undersigned is to carry and keep in force Public Liability Insurance in a form equivalent in terms of
coverage to the industry standard Commercial General Liability for all services provided to and on behalf
of the City of Charlottetown (City) and the amount of coverage shall be not less than two Million dollars
($2,000,000.00) per occurrence and to indemnify and save harmless the City in the event of any damages,
suits or actions as a result of damages, injuries or accident done to or caused by him, or his employees
or relating to the prosecution of the works or any of his operations or caused by reason of the existence
or location or condition of any materials, plant or machinery used there on or therein, or which may
happen by reason thereof, or arising from any failure, neglect or omission on his part, or on the part of
any of his employees, to do or perform any or all of the several acts or things required to be done by him
or them under and by these conditions, and covenants and agrees to hold the City harmless and
indemnified for all such damages and claims for damages. A Certificate of General Liability Insurance
covering the legal liability of the submitter for injuries to, or death of, persons and/or damage to property
of others for limits of not less than two million dollars ($2,000,000.00) per occurrence for bodily injury
and property damage with an insurer and in a form satisfactory to the City will be furnished. Such
insurance shall have the City as an additional insured and shall contain cross liability coverage and
preclude subrogation by the insured against the City. The City requires an advance 30-day notice should
the policy be cancelled or changed in any manner. The undersigned is to carry and keep in force
Professional Liability Insurance in an amount not less than $2,000,000 providing coverage for acts, errors
and omissions arising from their professional services performed under this agreement. The policy self-
insured-retention / deductible shall not exceed $10,000 per claim and if the policy has an aggregate limit,
the amount of the aggregate limit shall be double the required per claim limit. A City licensed to conduct
business in the Province of Prince Edward Island shall underwrite the policy.

The undersigned is required to have in place adequate coverage and be in good standing with the
Workers Compensation Board of Prince Edward Island during the term of provision of all services to the
City of Charlottetown. Proof of coverage may be requested at the commencement of any contract or the
provision of any services to the City of Charlottetown. The Company awarded this Tender will be
required to provide proof that their Company complies with all the provisions of the PEI Occupational
Health and Safety Act. During the progress of the awarded work, Companies will be required, on the
request of the City, to provide written verification that their work is in compliance.

2.35 COMPLETENESS OF BID


By submission of a bid the Bidder warrants that, this Tender is to design, create or provide a system or
manage a program, all components required to run the system or manage the program have been
identified in the bid or will be provided by the Bidder at no charge.

2.36 SUB-CONTRACTING
a) Using a sub-contractor (who must be clearly identified in the proposal) is acceptable. This
includes a joint submission by two Bidders having no formal corporate links. However, in this
case, one of these Bidders must be prepared to take overall responsibility for successful
interconnection of the two product or service lines and this must be defined in the bid.

b) Sub-contracting to any firm or individual who’s current or past corporate or other interests may,
in the City’s opinion; give rise to a conflict of interest in connection with this project will not be
permitted. This includes, but is not limited to, any firm or individual involved in the preparation
of this Tender.

City of Charlottetown Page 13


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

c) Any Sub-contracting of the service to any firm or individual after the award of a Contract must
have prior approval by the City.

2.37 ASSIGNMENT
This Tender and any resulting contract may not be assigned by either party without the prior written
consent and approval of the other party, which consent may not be unreasonable withheld; provided
however, either party, without such consent, may assign or sell the same in connection with the transfer
or sale of substantially its entire business to which this contract pertains or in the event of its merger or
consolidation with another company. Any permitted assignee shall assume all obligations of its assignor
under this contract. No assignment shall relieve any party or responsibility for the performance of any
accrued obligation that such party then has hereunder.

2.38 LAWS OF PRINCE EDWARD ISLAND


This Tender will be governed by and will be construed and interpreted in accordance with the laws of
the Province of Prince Edward Island.

2.39 PERFORMANCE
The City has the right to cancel agreements based on performance, with the City as the sole judge of that
performance.

2.40 FINAL AGREEMENT


This solicitation does not necessarily contain all terms and conditions required for conducting business
with the City of Charlottetown.

2.41 CONFIDENTIALITY
The successful Bidder agrees not to release or, in any way, cause to release any confidential information
of the City of Charlottetown unless an appropriate official of the City has specifically approved them to
do so in writing.

The Bidders agree to treat all information contained in this Tender as confidential, to use such
information only for purposes of responding to this Tender, and not to disclose any such information, in
whole or in part, to any other party without the express prior written consent of either party or pursuant
to legal power, other than:

a) To an agent who in the City’s reasonable opinion, is seeking information on behalf of the Bidder.

b) To a party used by the City to evaluate the Bidders creditworthiness. Each party agrees to allow
the other party to store contact information, such as names, phone numbers, and email addresses
for its business representatives, in any country where that party does business and to use such
information internally and to communicate with the other party for the purposes of their business
relationship. Bidders agree to handle any personal information that it may gain access to through
this Tender in accordance with the requirements of privacy laws, and in a manner consistent with
the City’s published privacy policies, as amended from time to time.

2.42 CONFLICT OF INTEREST


Any potential conflict of interest must be disclosed to the City in writing. Any conflict of interest
identified will be considered and evaluated by the City. The City has the sole discretion to take the steps

City of Charlottetown Page 14


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

they deem necessary to resolve the conflict. If, during the term of the Contract, a conflict or risk of
conflict of interest arises, the successful Bidder will notify the City immediately in writing of that conflict
or risk and take any steps that the City reasonably requires to resolve the conflict or deal with the risk.

2.43 VALIDITY OF BID SUBMISSIONS


All bids must remain valid and open for acceptance by the City for a period of sixty-six (60) days after
the closing date. This period may be extended if requested by the City and agreed to by the Proponent in
writing.

2.44 SITE VISIT


Submitters may request a site tour via the City Controller. Any bidder wishing to schedule a site tour
shall contact the city by email request at tenders@charlottetown.ca.

2.45 SCHEDULE
a) The successful Proponent shall provide shop drawings for review and approval within 1 week of
award of the contract.

b) The successful Proponent shall provide shop drawings for required concrete pads with their tender
submission

c) The delivery schedule for the generators is to be provided and outlined in the tender form.

d) The successful Contractor is to provide the necessary electrical characteristics of the generators
to the Consultant.

e) The Contractor shall advise and schedule with the Consultant and a representing staff person of
the City for scheduling the deliveries and placement of the generators on site.

f) The successful contractor shall also coordinate with the Consultant and the City of Charlottetown
for the commissioning, load bank testing and owners training of each generator.

City of Charlottetown Page 15


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

3.0 SCOPE OF WORK


3.1 GENERAL DESCRIPTION

The City of Charlottetown invites bids to provide the following.

The City of Charlottetown is undertaking an upgrade to provide new standby emergency generators at
five of the City’s municipal buildings. This tender includes the supply, delivery and commissioning of
four (4) new standby emergency generators as follows:

a) City Hall / Charlottetown Fire Department - 250 KW


b) City of Charlottetown Police Station - 150 KW
c) Sherwood Fire Hall - 100 KW
d) Sherwood Community Hall - 20 KW

3.2 GENERAL PROVISIONS AND REQUIREMENTS

a) Includes the labour and materials required for the supply, delivery, unloading, placement of the
generators on the concrete pads (provided by others), verification of electrical connections,
commissioning, load bank testing and owners training of the generators as specified herein.

b) Submit electronic copy (pdf format) of shop drawings for the following:

1) Generators
2) Sound Attenuated Enclosures.
3) Subbase Fuel Tanks (if required)
4) Silencers
5) Concrete Pad Requirements
6) Auxiliary load requirements
7) Generator Controller
8) Battery Charger
9) Batteries
10) Remote Annunciators
11) Remote E-Stop Buttons
12) Wiring schematics
13) Installation instructions
14) 2-year warranty guarantee from manufacturer covering materials and any onsite labour,
eliminating 100% of the maintenance costs for the aforementioned period of time.

c) Workmanship throughout shall correspond to the standards of best practice and all labour
employed must be competent to do the work required. All unskilled labour shall be strictly
supervised to ensure the proper carrying out of each operation. All tradesmen employed by the
Contractor shall be properly licensed journeymen and apprentices, qualified to do the work.

d) Upon completion, the Contractor shall demonstrate to the Owner the operation of the equipment
installed through this contract.

e) Furnish to the Owner a written guarantee covering all materials and workmanship for a period of

City of Charlottetown Page 16


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

two (2) years from the date of final completion. This guarantee shall entail the repair or
replacement of all materials installed under this Division without charge to the Owner, except
where, in the opinion of the Engineer, such repair or replacement was caused by improper use or
lack of maintenance on the part of the Owner.

3.3 PRODUCTS

a) City Hall / Charlottetown Fire Department - 250KW (312.4 KVA), 120/208V, 3PH,4W
b) City of Charlottetown Police Station - 150KW (187.5 KVA), 120/208V, 3PH,4W
c) Sherwood Fire Hall - 100KW (125.0 KVA), 120/208V, 3PH,4W
d) Sherwood Community Hall - 20 KW (25KVA), 120/240V, 1PH, 3W

3.3.1 Reference Standards

a) The generators covered by these specifications shall be designed, tested, rated, assembled and
installed in strict accordance with all applicable standards of CSA 282-15, and Canadian
Electrical Code, C22.1, Canadian Plumbing Code, and B139-00, Installation Code for Oil
Burning Equipment.

b) CSA 282-15 – The generator set shall meet all applicable requirements for Emergency
Electrical Power Supply for Buildings.

c) UL 2200 - The package generator-set shall be UL 2200 listed.

d) ISO9001 - The generator sets must be built in a factory that is ISO 9001 certified.

3.3.2 Related Sections

a) Division 3 – Concrete

Provide details of openings in concrete pad to enable the General Contractor to prepare the
necessary concrete pads.

3.3.3 Work Included

b) Installation
The work includes the supply and delivery of the generators to the site, placing them on new
concrete pads that will be provided for by others, providing technical support and assistance to
the onsite electrical contractor during the installation and providing the commissioning of the
generators as outlined in the attached specification. Each generator system shall consist of a diesel
or propane fueled generator set, sound attenuated enclosure, residential grade silencer and sub-
base fuel tank (if required) with all related component accessories required for a complete system.
In the case of diesel fueled generators the fuel tank shall be sized to allow 24 hours of operation
at full load capacity of the generator. In the case of the propane fueled generators the supplier
shall identify the appropriately sized propane storage tank to allow for 24 hours runtime at full
load. In the case of the propane fueled generators the supply and installation of the necessary
propane tanks will be undertaken by others.

City of Charlottetown Page 17


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

3.3.4 Fuel System

a) In the case of diesel fueled generators fuel shall be delivered to the unit from the integral sub-
base fuel tank. The Manufacturer shall provide the fuel required for testing and shall fill the fuel
tank at the completion of all testing.

b) In the case of propane fueled generators the fuel will be delivered from a separate propane storage
tank supplied and installed by others.

3.3.5 System Test

a) A complete system resistive @ 1.0 power factor, 4 hour load bank test shall be provided on site
for each generator after all equipment is installed.

3.3.6 Requirements, Codes and Regulations

b) The equipment supplied and installed shall meet the requirements of the current Edition of the
CEC and all applicable local codes and regulations. All equipment shall be of new and current
production.

3.3.7 Submittals

a) Engine-generator submittals shall include the following information:

1. Factory published specification sheet indicating standard and optional accessories, ratings,
etc.
2. Manufacturer's catalog cut sheets of all auxiliary components such as isolators, battery
charger, silencer, exhaust flex, main circuit breaker, etc.
3. Dimensional elevation and layout drawings of the generator set and enclosure.
4. Engine mechanical data at varying loads up to full load, including heat rejection, exhaust gas
flows, combustion air and ventilation air flows, noise data, fuel consumption, etc.
5. Generator electrical data including temperature and insulation data, cooling requirements,
excitation ratings, voltage regulation, voltage regulator, efficiencies, waveform distortion and
telephone influence factor.
6. Generator resistances, reactance’s and time constants.
7. Generator current decrement curve.
8. Generator motor starting capability expressed at percentage voltage drop.
9. Jacket water heater connection diagram.
10. Control panel schematics.
11. Oil sampling analysis, laboratory location, and information.
12. Manufacturer's and dealer's written warranty.
13. Emissions data

3.3.8 Factory Production Testing

a) The manufacturer must certify that engine, generator, controls, and switchgear have been tested
as complete system representative of engineering models. The manufacturer shall supply
equipment that is a current factory production model.

City of Charlottetown Page 18


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

b) The Generator Sets shall be tested in accordance with the power, voltage, and frequency shown
on the generator set information plate.

3.3.9 System Responsibility

3.3.9.1 Requirements, Codes and Regulations

a) The equipment supplied and installed shall meet the requirements of the current Edition of
the CEC and all-applicable local codes and regulations. All equipment shall be new, of current
production. There shall be one source responsibility for warranty, parts and service through a
local representative with factory trained service personnel.

3.3.10 Authorized Distributor

a) The equipment supplier shall be the local authorized distributor for the product supplied.

3.3.11 Warranty

3.3.11.1 Two Year Warranty

a) The manufacturer's standard warranty shall in no event be for a period of less than two (2)
years from date of initial start-up of the system and shall include repair parts, labor, reasonable
travel expense necessary for repairs at the job site, and expendables (lubricating oil, filters,
antifreeze, and other service items made unusable by the defect) used during the course of
repair. Running hours shall not be a limiting factor for the system warranty by either the
manufacturer or servicing distributor. Submittals received without written warranties as
specified will be rejected in their entirety.

3.3.11.2 Warranty Administration

a) The manufacturer's authorized dealer shall be capable of administering the manufacturer


and dealer's warranty for all components supplied by the selling dealer.
b)
3.3.12 Parts and Service Qualifications

3.3.12.1 Service Facility

a) The engine-generator supplier shall have service facilities within 4 hours of the project site
and maintain 24-hour parts and service capability. The distributor shall stock parts as needed
to support the generator set package for this specific project.

3.3.12.2 Service Personnel

a) The dealer shall maintain qualified, factory trained service personnel that can respond to an
emergency call within 1 hour of notification.

3.3.13 Product Requirements

City of Charlottetown Page 19


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

3.3.13.1 Generator set Requirements

a) The generator set shall be Standby rated at 1800 rpm, .8 power factor, voltages and phase as
noted below, 60 hertz including radiator fan and parasitic loads. Output of the generators shall
be as follows:

a) City Hall / Charlottetown Fire Department - 250Kw (312.4 KVA), 120/208V, 3Ph,4W
b) City of Charlottetown Police Station - 150Kw (187.5 KVA), 120/208V, 3Ph,4W
c) Sherwood Fire Hall - 100Kw (125.0 KVA), 120/208V, 3Ph,4W
d) Sherwood Community Hall - 20 Kw (25KVA), 120/240V, 1Ph, 3W

b) Generators must accept rated load in one step as per NFPA 110.

3.3.13.2 Material and Parts

a) All materials and parts comprising the unit shall be new and unused. General specifications
for all generators shall be as identified in Appendix “A”

3.3.13.1 Engine Requirements

a) Refer to Appendices “A”, “B’, “C” & “D”

3.3.13.2 Emissions

a) Engines shall be certified to meet Tier 3 emission standards for stationary applications.

3.3.13.3 Governor – ECM

a) Refer to Appendices “A”, “B”, “C” & “D”

3.3.13.4 Lubrication System

a) Refer to Appendices “A”, “B”, “C” & “D”


3.3.13.5 Fuel Filter

a) Refer to Appendices “A”, “B”, “C” & “D”

3.3.13.6 Fuel Piping

a) Refer to Appendices “A”, “B”, “C” & “D”

3.3.13.7 Fuel Line Rating

a) Refer to Appendices “A”, “B”, “C” & “D”

3.3.13.8 Integral/Sub-Base Fuel Tank (Diesel Generators Only)

City of Charlottetown Page 20


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

a) Diesel fueled generators shall be provided with a UL 142 Listed Secondary Containment
Generator Base Tank Standard, dual-wall integral fuel tank base/sub-base fuel tank with
adequate capacity to supply fuel to the engine for a minimum of 24 hours operation at full
rated 100% load. Fittings for an optional fuel transfer system shall be included. A transfer
pump which exceeds the maximum fuel consumed by the engine shall be provided. Supply
piping connections for fuel suction/return lines to fuel tank, fuel supply/return lines to engine,
and emergency vent, include local fuel fill, containment drain connection, and fuel level
gauge. The following accessories shall be provided: fuel in containment tank switch, 4-
position 5%, 40%, 50% low and 90% high low fuel level switch for annunciation. The fuel
tank shall have additional capacity at top and bottom to prevent spillage as fuel heat and
sludge pickup and shall have internal baffles to reduce heat build-up.

b) Integral external lifting lugs to enable lifting of complete package (empty tank, mounted gen.
set and enclosure) with a crane with spreader-bar. Linear vibration isolators shall be mounted
between the fuel base and engine-generator set.

3.3.13.9 Mounted Radiator

a) The generator set shall be equipped with a rail-mounted, engine-driven radiator with blower
fan and all accessories. The cooling system shall be sized to operate at full load conditions
and 43C ambient air entering the enclosure the radiator and engine cooling system shall be
filled with an extended life coolant with a minimum estimated life of 6000 hours or 6 years.
The coolant formula shall contain no phosphates or silicates, and it shall be recyclable.

3.3.14 Generator

3.3.14.1 Generator Specifications

a) Refer to Appendices “A”, “B”, “C” & “D”

3.3.14.2 Windings

a) All winding insulation materials shall be Class H in accordance with IEC and IEEE standards.
No materials shall be used which support fungus growth, and shall be impervious to oil, dirt,
and fumes encountered in diesel and natural gas engine operating environments.

3.3.14.3 Insulation

a) The insulation material for the stator shall meet NEMA MG 1 standards for Class H insulation
and be vacuum impregnated and fungus resistant. Temperature rise of the rotor and stator
shall not exceed NEMA Class H limits. The excitation system shall be of brushless
construction. The generator insulation system shall be UL 1446 Recognized.

3.3.14.4 Excitation – Auxiliary Windings

a) The excitation system shall derive excitation current from auxiliary windings within the main
generator stator which are independent of the output power. It shall enable the alternator to
sustain 300% of rated current for ten seconds during a fault condition and shall improve the

City of Charlottetown Page 21


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

immunity of the voltage regulator to non-linear distorting loads.

3.3.14.5 Automatic Voltage Regulator

a) The automatic voltage regulator (AVR) shall maintain generator output voltage within +/-
0.25% for any constant load between no load and full load. The regulator shall be a totally
solid-state design which includes electronic voltage buildup, volts per Hertz roll-off, single
phase sensing, over excitation protection, loss of sensing protection, temperature
compensation, shall limit voltage overshoot on startup, and shall be environmentally sealed.
The voltage regulator shall be UL 508 Listed.

3.3.14.6 Space Heater

a) Alternator shall be equipped with 240 VAC, single phase space heater to minimize
condensation while the alternator set is idle. The heaters shall be capable of easily mounting
in the assembled alternator. An automatic disconnect shall be provided to remove electrical
power upon engine start up.

3.3.14.7 Motor Starting

a) Provide motor starting capability as outlined in the specific requirements for each
generator as note in the appendices. Voltage drop shall be instantaneous voltage dip as
defined per NEMA MG 1. Sustained voltage dip performance data is not acceptable.

3.3.14.8 Power Connection

a) The circuit breaker/power terminal strips shall be physically isolated from the generator to
minimize vibration from the rotating machinery. A flexible design shall be incorporated in
the power connection from the generator to the circuit breaker/power terminal strips. The
cables will be insulated within an appropriate conduit and said design will not utilize external
bends of the power connection cables.

3.3.15 Circuit Breakers

3.3.15.1 Circuit Breaker Specifications

a) Provide two (2) generator mounted circuit breakers, molded case, size as noted below. For
the City Hall / Charlottetown Fire Department a total of three (3) circuit breakers are required.
NEMA 1/IP22. The breakers shall be CSA Listed and connected to engine/generator safety
shutdowns. One breaker shall be provided for the main building feed while the second breaker
shall be provided for load bank testing purposes. The second breaker shall be provided with
a shunt trip feature to allow this breaker to be tripped in the event there is a power failure
while load bank testing is being undertaken. Breakers shall be housed in an extension terminal
box which is isolated from vibrations induced by the generator set. Mechanical type lugs,
sized for copper or aluminum conductors, shall be supplied on the load side of each breaker.
Breakers shall be 100% rated and utilize a solid-state trip unit. Breakers to be sized as follows:

City of Charlottetown Page 22


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

a) City Hall / Charlottetown Fire Department - 250Kw (312.4 KVA) = 400A-3P


b) City of Charlottetown Police Station - 150Kw (187.5 KVA) = 600A-3P
c) Sherwood Fire Hall - 100Kw (125.0 KVA) = 400A-3P
d) Sherwood Community Hall - 20 Kw (25KVA) = 120A-2P

3.3.16 Control Panel

3.3.16.1 Package Mounted Control Panel

a) Provide a package mounted control panel for complete control and monitoring of the engine
and generator set functions. Panel shall include graphic touch screen control with menu
controls. Automatic start/stop operation, adjustable cycle cranking, digital AC metering
(0.5% true rms accuracy) with phase selector switch, digital engine monitoring, shutdown
sensors and alarms with horn and reset, adjustable cool down timer and emergency stop push-
button. Panel shall incorporate self-diagnostics capabilities and fault logging. Critical
components shall be environmentally sealed to protect against failure from moisture and dirt.
Components shall be housed in a NEMA 1/IP22 enclosure. Control panel shall be UL 508A
Listed.

3.3.16.2 Digital Readouts

a) Provide the following digital readouts:

1. Engine oil pressure


2. Coolant temperature
3. Engine RPM
4. System DC Volts
5. Engine running hours
6. Generator AC volts
7. Generator AC amps
8. Generator frequency

3.3.16.3 Alarm NFPA 110

a) Provide the following indications for protection and diagnostics according to NFPA 110
Level 1:

1. Low oil pressure


2. High water temperature
3. Low coolant level
4. Overspeed
5. Overcrank
6. Emergency stop depressed
7. Approaching high coolant temperature
8. Approaching low oil pressure
9. Low coolant temperature

City of Charlottetown Page 23


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

10. Low voltage in battery


11. Control switch not in auto. position
12. Low fuel main tank
13. Battery charger ac failure
14. High battery voltage
15. EPS supplying load
16. Spare

3.3.17 Remote Annunciator NFPA 110

a) Provide a remote annunciator to meet the requirements of NFPA 110, Level 1. The
annunciator shall provide remote annunciation of all points stated above and shall incorporate
ring-back capability so that after silencing the initial alarm, any subsequent alarms will sound
the horn.

3.3.18 Programmable Control Panel

a) Provide programmable protective relay functions inside the control panel to include the
following:

1. Undervoltage
2. Overvoltage
3. Over frequency
4. Underfrequency
5. Reverse power
6. Overcurrent (phase and total)
7. KW level (overload)
8. Three spare LED's
9. Four spare inputs
10. kW
11. Percentage of Rated Power
12. kVa
13. kVar
14. Power Factor
15. KW-hr

3.3.19 Exhaust System

3.3.19.1 Silencer

a) A critical grade, companion flanges, and flexible stainless steel exhaust fitting properly sized
shall be furnished. The silencer shall be mounted so that its weight is not supported by the
engine nor will exhaust system growth due to thermal expansion be imposed on the engine.
Exhaust pipe size shall be sufficient to ensure that exhaust back pressure does not exceed the
maximum limitations specified by the engine manufacturer.

City of Charlottetown Page 24


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

3.3.19.2 Exhaust System

a) The muffler and all components are integral to the enclosure and come fully assembled from
the factory.

3.3.20 Starting System

3.3.20.1 Electric Starting System

a) A 24 VDC electric starting system with positive engagement shall be furnished. The motor
voltage shall be as recommended by the engine manufacturer.

3.3.21 Jacket Water Heater

a) A generator set mounted thermal circulation type water heater. The heater shall be sized by
the manufacturer to maintain jacket water temperature at 90oF (32oC), and shall be 120/208
VAC, single phase, 60 hertz.

3.3.22 Block Heater

a) A heating element will be integral with the engine cooling passage. The heater shall be sized
by the manufacturer to maintain jacket water temperature at 90oF (32oC), and shall be 120/208
VAC, single phase, 60 hertz.

3.3.23 Batteries

a) A lead-acid storage battery set of the heavy-duty diesel starting type shall be provided.
Battery voltage shall be compatible with the starting system. The battery set shall be rated no
less than 190-ampere hours. Necessary cables and clamps shall be provided. Batteries shall
be warranted by the engine generator manufacturer.

3.3.24 Battery Charger – Package Mounted

a) A current limiting battery charger shall be furnished to automatically recharge batteries.


Charger shall float at 2.17 volts per cell and equalize at 2.33 volts per cell. It shall include
overload protection, silicon diode full wave rectifiers, voltage surge suppressor, DC ammeter,
DC voltmeter, and fused AC input. Ac input voltage shall be 120 volts, single phase. Charger
shall have LED annunciation for low DC volts, rectifier failure, loss of AC power, high DC
volts. Amperage output shall be no less than ten (10) amperes. Charger shall be wall-
mounting type in NEMA 1 enclosure.

3.3.25 Weather Protective Enclosure - Sound Attenuated

a) The factory-installed engine generator set enclosure shall be performance tested as a package
with the engine generator set and shall be considered rainproof in accordance with
requirements for outdoor-use units.

City of Charlottetown Page 25


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

b) A 14-gauge cold rolled steel sound attenuated, weather protective enclosure with a minimum
ambient capability of 110oF (43oC) shall be provided. The enclosure shall reduce noise per
measurement procedure SAE J1074, to a 8-point logarithmic average of 75 dBA at 23 feet (7
meters) from the nearest side wall of the enclosure in a free field environment. The exhaust
silencer will be mounted within the enclosure so as to protect the silencer from the elements;
a separate compartment with restricted access will be used to prevent accidental contact with
the silencer when it is hot. The enclosure design will minimize noise break-out if and when
adjustments are made to the control panel during periods of generator set operation.

c) The enclosure shall have a safety glass control panel viewing window for easy monitoring of
operation. All hinges and latches shall be stainless steel or zinc plated and shall be rust
resistant. Enclosure shall have lockable, gasketed doors to provide secure access to fuel fill,
oil fill, coolant, and battery. Coolant, fumes disposal lines and oil drains shall be piped to the
baseframe. Vibration isolators shall be installed between generator and base to minimize
engine vibration transmitted to base, enclosure, control panel and circuit breaker, thus
reducing noise and mechanical stress. The enclosure shall have a high quality paint finish for
maximum protection against outdoor environments.

3.4 EXECUTION & INSTALLATION

a) Install equipment in accordance with manufacturer's recommendations on the concrete pad


provided by others. Coordinate installation with onsite electrical contractor and adhere to all
applicable codes.

3.4.1 Start-Up and Testing

a) Coordinate all start-up and testing activities with the Engineer and Owner.

b) After installation is complete and normal power is available, the manufacturer's local dealer
shall perform the following:

1. Verify that the equipment is installed properly.


2. Check all auxiliary devices for proper operation, including battery charger, jacket water
heater(s), generator space heater, remote annunciator, etc.
3. Test all alarms and safety shutdown devices for proper operation and annunciation.
4. Check all fluid levels.
5. Start engine and check for exhaust, oil, fuel leaks, vibrations, etc.
6. Verify proper voltage and phase rotation at the transfer switch before connecting to the
load.
7. Connect the generator to building load and verify that the generator will start and run all
designated loads in the plant.
8. Perform a 4-hour load bank test at 1.0 power factor at full nameplate load using a resistive
load bank and cables supplied by the local generator dealer. Observe and record the
following data at 15-minute intervals:

1. Service meter hours


2. Volts AC - All phases
3. Amps AC - All phases

City of Charlottetown Page 26


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

4. Frequency
5. Power factor or Vars
6. Jacket water temperature
7. Oil Pressure
8. Fuel pressure
9. Ambient temperature

3.4.2 Operation and Maintenance Manuals

a) Provide three (3) sets of operation and maintenance manuals covering the generator,
switchgear, and auxiliary components. Include parts manuals, final as-built wiring
interconnect diagrams and recommended preventative maintenance schedules.

3.4.3 Training

a) Provide one day of on-site training to instruct the Owner's personnel in the proper operation
and maintenance of the equipment. Review operation and maintenance manuals, parts
manuals, and emergency service procedures.

3.4.4 Scheduled Oil Sampling

a) In order to forecast and minimize engine failure, the supplier of the equipment must provide
an oil sampling analysis kit which operating personnel shall utilize for scheduled oil
sampling.

b) The laboratory to which oil samples will be sent shall be located at and be a part of the local
generator set supplier's facility and shall be open to inspection during normal working
hours. Independent laboratories not a part of the engine supplier's facility is disallowed as
to conformance with this Specification.

c) Scheduled oil sampling shall be of the atomic absorption spectrophotometer method as


opposed to the spectrographic analysis method and shall be accurate to within a fraction of
one part per million for the following elements:

a. Iron
b. Chromium
c. Copper
d. Aluminum
e. Silicon
f. Lead

d) In addition, the sample shall be tested for the presence of water, fuel dilution, and anti-
freeze.

e) All equipment needed to take oil samples shall be provided a kit at the time of acceptance
and shall include the following:

a. Sample extraction gun (1)

City of Charlottetown Page 27


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

b. Bottle (10)
c. Postage paid mailers (10)
d. Written instructions (1)
e. Metal storage box (1)

f) IMMEDIATE notification shall be provided to the Owner when analysis shows any critical
reading. If readings are normal, a report showing that the equipment is operating within
established parameters shall be provided.

g) This scheduled oil sampling kit shall be made available, at additional cost, to the Owner
beyond the mandatory starter kit specified previously and shall be optional for the Owner
to continue purchasing after the starter kit has been depleted.

3.5 FIELD QUALITY CONTROL

a) Perform all tests in the presence of the Engineer and the City of Charlottetown
representative.

b) Provide maintenance staff adequate training on the care and operation of the
equipment.

c) Supply to the Engineer three (3) copies of the following upon completion of the
project.

1) Operation and Maintenance Manual for review upon completion of the project.

2) List of replacement parts and venders who supply them

3.6 ANTICIPATED TIMEFRAMES

The following outlines the anticipated schedule for the Tender and contract process. The timing and
sequence of events resulting from this Tender may vary and shall ultimately be determined by the City
of Charlottetown.

Event Anticipated Dates

Tender issued June 20, 2022


Last Date for Submission of Questions June 28, 2022
Tender Closes July 6, 2022
Review of Tenders and Approval July 8, 2022
Contract Awarded July 11, 2022
Contract and Work Commences The day after award

City of Charlottetown Page 28


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

4.0 GENERAL CONTRACT TENDER PACKAGE


The following constitutes a complete Tender package. The bid submission must include two (2)
competed and signed bidder information sheets, tender submission forms, along with all the pages
of this tender document to enable the Owner to declare that the submission as being complete and
valid.

As outlined in Section 1.0 Purpose & Project and Section 2.33 Project Budget - While award will be to one
generator vendor the City reserves right for budgetary or other reasons to remove one or more generator
from the submission and award based on the breakdown of the remaining generators.

Tender Submission Form and Bidder Information Sheet as provided.

BIDDER INFORMATION SHEET:


Proponent (Firm) Name: _________________________________________________________

Address: _____________________________________________________________________

City: __________________________ Province: ____________________ Postal Code:

Telephone No.: __________________________ Fax No.: ____________________________

E-mail address: _________________________________________________________________

Website: _____________________________________________________________________

Contact Person: ________________________________________________________________

Title: ________________________ Telephone No.: ________________________

_____________________________ ____________________________________
NAME (Please print) TITLE (Please print)

______________________________ ____________________________________
AUTHORIZED SIGNATURE DATE

(Affix Corporate Seal)

City of Charlottetown Page 29


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

If Applicable

TENDER SUBMISSION FORM

SUBMITTED BY: _____________________________________________________

_____________________________________________________

DATE: _____________________________________________________

FOR: City of Charlottetown


Emergency Preparedness
Charlottetown, P.E.I.

Supply, Delivery and Commissioning of Emergency Generators

TO: Controller
3rd Floor City Hall
199 Queen Street
Charlottetown, P.E.I.
C1A 7K2

Having examined the drawings and specifications for this project, as well as any addenda issued, as prepared by
Richardson Associates (1993) Limited; WE HEREBY OFFER to furnish all materials, plant and labour necessary
for the full and proper completion of:

City of Charlottetown
Department of Public Works
Charlottetown, P.E.I.

Supply, Delivery and Commissioning of Emergency Generators

including all prime cost allowances and Government sales or other taxes in force at this date, but not including
any additional or deductible allowances or taxes which may be applicable subsequent to this date, and which shall
be payable by or to the Owner, in accordance with the above mentioned documents, for the sum of:

______________________________________________________ dollars ( $____________ )

in lawful money of Canada. (HST is included in the Tender Price)

City of Charlottetown Page 30


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

BREAKDOWN OF TENDER PRICE:

1. City Hall / Charlottetown Fire Station (250 Kw) dollars ( $______ ______ ) HST excluded

2. City of Charlottetown Police Station (150Kw) dollars ( $______ ______ ) HST excluded

3. Sherwood Fire Hall (100Kw) dollars ( $_____ _______ ) HST excluded

4. Sherwood Community Hall (20Kw) dollars ( $____ ________ ) HST excluded

SUBTOTAL dollars ( $ )

HST (15%) dollars ( $ )

TOTAL dollars ( $_____ _______ )

SERVICE / MAINTENANCE CONTRACTS:

Additional price for the provision of three (3) and five (5) year service and maintenance contracts that would
commence in the years following the original two (2) service and maintenance contract that is included in the
original tender bid price.

Location Three (3) Year ($/Year) Five (5) Year ($/Year)


City Hall / Charlottetown Fire Department (250 Kw)
City of Charlottetown Police Station (150Kw)
Sherwood Fire Hall (100Kw)
Sherwood Community Hall (20Kw)

In submitting this Tender, we recognize the necessity to complete the information requested by any appendices,
as well as the right of the Owner to accept any Tender at the price submitted on the condition that revised Tenders
will not be called for if minor changes are made.

If we are notified of the acceptance of this Tender, we will:

1 Enter into a formal contract agreement with the City of Charlottetown.

2 Furnish a general analysis of the contract sum, the total aggregating the amount of our Tender.

3 Provide a delivery schedule which clearly shows the delivery dates for all generators.

____________________________________________________
COMPANY

___________________________________________________
ADDRESS

____________________________________________________
SIGNING AUTHORITY AFFIX CORPORATE SEAL

City of Charlottetown Page 31


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Appendix A
Generator #1 – City Hall / Charlottetown Fire Department

City of Charlottetown Page 32


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Generator #1 – City Hall / Charlottetown Fire Department

General system requirements are as outlined in the tender specification. Specific system specification for this
emergency generator are as follows:

Capacity 250 Kw (312.5 KVA)


Voltage 120/208
Phase 3
Wire 4
Fuel #2 Diesel
Engine 6-cylinder, four cycle, complete with fuel pump, lube oil, intake air filters, lube oil cooler,
fuel transfer system, fuel priming pump, service meter, gear driven water pump.

Governor Electronic Engine Control Module, environmentally sealed, adjustable speed droop from
0 – 10% from No-Load to Full load. Steady state frequency regulation to be +/- .25%.
EMC to adjust fuel delivery according to exhaust smoke, altitude and cold mode limits.

Emissions Meet of exceed Tier 3 requirements

Sub-Base UL 142 listed secondary containment generator base tank, dual wall integral fuel tank with
Fuel Tank adequate capacity to supply the generator with 24 hours of runtime at 100% of rated load.
System to be complete with a fuel transfer pump, supply piping, fuel supply / return lines
to the engine, emergency vent, fuel fill, containment drain connection, fuel level gauge, 4
position fuel level switch to indicate 5%, 40%, 50% and 90% annunciation. The fuel tank
shall also have capacity to prevent fuel spillage as fuel heats and to avoid sludge pickup
and have internal baffles to reduce heat build up.

Radiator Unit mounted radiator, engine driven with blower fan and all accessories. The system shall
be sized to operate at full load conditions and 430C ambient air entering the enclosure. The
radiator and engine cooling system shall be filled with an extended life coolant with a
minimum estimated life of 6000 hours or 6 years. The coolant formula shall contain no
phosphates or silicates and it shall be recyclable.

Generator The generator shall be synchronous, three phase, single bearing, self ventilated, drip-proof
design in accordance with NEMA MG 1 and be directly connected to the engine flywheel
housing with a flex coupling. The generator shall meet performance Class G3 of IEC.

Windings All winding insulation materials shall be Class H in accordance with IEC and IEEE
standards. No materials shall support fungus growth, and shall be impervious to oil, Dirt,
and Fumes encountered in diesel and natural gas engine operating environments.

Motor Provide motor starting capability of 785 KVA at 35% instantaneous voltage dip as defined
Starting by NEMA MG 1. Sustained voltage dip performance data is no acceptable.

Circuit Provide three (3) generator mounted circuit breakers 400A-3P. The third circuit breaker
Breakers (Load Bank Breaker) shall be equipped with a shunt trip feature to allow the breaker to be
tripped if deemed necessary.
Enclosure CSA 282 compliant, weather resistant, sound attenuated, aluminum construction,
electrostatic powder coated finish, 72 dba at 7 meters with generator at full load, enclosure
to have acoustical insulation between all supports and inside doors. Sound baffles to be
provided on air intake and discharge. Residential grade fully enclosed silencer.

City of Charlottetown Page 33


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Appendix B
Generator #2 – City of Charlottetown Police Station

City of Charlottetown Page 34


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Generator #2 – City of Charlottetown Police Station

General system requirements are as outlined in the tender specification. Specific system specification for this
emergency generator are as follows:

Capacity 150 kW (187.5 KVA)


Voltage 120/208
Phase 3
Wire 4
Fuel #2 Diesel
Engine 6-cylinder, four cycle, complete with fuel pump, lube oil, intake air filters, lube oil cooler,
fuel transfer system, fuel priming pump, service meter, gear driven water pump.

Governor Electronic Engine Control Module, environmentally sealed, adjustable speed droop from
0 – 10% from No-Load to Full load. Steady state frequency regulation to be +/- .25%.
EMC to adjust fuel delivery according to exhaust smoke, altitude and cold mode limits.

Emissions Meet of exceed Tier 3 requirements

Sub-Base UL 142 listed secondary containment generator base tank, dual wall integral fuel tank with
Fuel Tank adequate capacity to supply the generator with 24 hours of runtime at 100% of rated load.
System to be complete with a fuel transfer pump, supply piping, fuel supply / return lines
to the engine, emergency vent, fuel fill, containment drain connection, fuel level gauge, 4
position fuel level switch to indicate 5%, 40%, 50% and 90% annunciation. The fuel tank
shall also have capacity to prevent fuel spillage as fuel heats and to avoid sludge pickup
and have internal baffles to reduce heat build up.

Radiator Unit mounted radiator, engine driven with blower fan and all accessories. The system shall
be sized to operate at full load conditions and 430C ambient air entering the enclosure. The
radiator and engine cooling system shall be filled with an extended life coolant with a
minimum estimated life of 6000 hours or 6 years. The coolant formula shall contain no
phosphates or silicates and it shall be recyclable.

Generator The generator shall be synchronous, three phase, single bearing, self ventilated, drip-proof
design in accordance with NEMA MG 1 and be directly connected to the engine flywheel
housing with a flex coupling. The generator shall meet performance Class G3 of IEC.

Windings All winding insulation materials shall be Class H in accordance with IEC and IEEE
standards. No materials shall support fungus growth, and shall be impervious to oil, Dirt,
and Fumes encountered in diesel and natural gas engine operating environments.

Motor Provide motor starting capability of 475 KVA at 35% instantaneous voltage dip as defined
Starting by NEMA MG 1. Sustained voltage dip performance data is no acceptable.

Circuit Provide two (2) generator mounted circuit breakers 600A-3P. The third circuit breaker
Breakers (Load Bank Breaker) shall be equipped with a shunt trip feature to allow the breaker to be
tripped if deemed necessary.
Enclosure CSA 282 compliant, weather resistant, sound attenuated, aluminum construction,
electrostatic powder coated finish, 72 dba at 7 meters with generator at full load, enclosure
to have acoustical insulation between all supports and inside doors. Sound baffles to be
provided on air intake and discharge. Residential grade fully enclosed silencer.

City of Charlottetown Page 35


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Appendix C
Generator #3 – Sherwood Fire Department

City of Charlottetown Page 36


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Generator #3 – Sherwood Fire Department

General system requirements are as outlined in the tender specification. Specific system specification for this
emergency generator are as follows:

Capacity 100 kW (125 KVA)


Voltage 120/208
Phase 3
Wire 4
Fuel Propane

Engine 4-cylinder, 4.5 litre, in-line, four cycle, liquid cooled, complete with fuel pump, lube oil,
intake air filters, lube oil cooler, fuel transfer system, fuel priming pump, service meter,
gear driven water pump.

Governor Electronic Engine Control Module as per ISO 3046-4, environmentally sealed, adjustable
speed from 59.8 to 60.2 Hz. Steady state frequency regulation no load to full load to be +/-
.2 Hz. Transient peak no load to full load and visa versa to be .2% +/-. Recovery time to
steady state on application of 80% load shall not exceed 3 seconds.

Emissions Meet of exceed Tier 3 requirements

Radiator Unit mounted radiator, engine driven with blower fan and all accessories. The system shall
be sized to operate at full load conditions and 430C ambient air entering the enclosure. The
radiator and engine cooling system shall be filled with an extended life coolant with a
minimum estimated life of 6000 hours or 6 years. The coolant formula shall contain no
phosphates or silicates and it shall be recyclable.

Generator The generator shall be synchronous, three phase, single bearing, self ventilated, drip-proof
to IP23 design in accordance with NEMA MG 1 and be directly connected to the engine
flywheel housing with a flex coupling. The generator shall meet performance Class G3 of
IEC.

Windings All winding insulation materials shall be Class H in accordance with IEC and IEEE
standards. No materials shall support fungus growth, and shall be impervious to oil, Dirt,
and Fumes encountered in diesel and natural gas engine operating environments.

Motor Provide motor starting capability of 422 KVA at 90% sustained voltage.
Starting

Circuit Provide two (2) generator mounted circuit breakers 400A-3P. The third circuit breaker
Breakers (Load Bank Breaker) shall be equipped with a shunt trip feature to allow the breaker to be
tripped if deemed necessary.

Enclosure CSA 282 compliant, weather resistant, sound attenuated, aluminum construction,
electrostatic powder coated finish, 72 dba at 7 meters with generator at full load, enclosure
to have acoustical insulation between all supports and inside doors. Sound baffles to be
provided on air intake and discharge. Residential grade fully enclosed silencer.

City of Charlottetown Page 37


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Appendix D
Generator #4 – Sherwood Community Hall

City of Charlottetown Page 38


City of Charlottetown Tender – Supply, Delivery and Commissioning of Emergency Generators July 2022

Generator #4 – Sherwood Community Hall

General system requirements are as outlined in the tender specification. Specific system specification for this
emergency generator are as follows:

Capacity 20 kW (25 KVA)


Voltage 120/240
Phase 1
Wire 3
Fuel Propane

Engine Cast iron, Four cylinder in-line, four cycle, 2.4 litre, 1800 rpm, spark ignited, naturally
aspirated, heavy duty air cleaner, liquid cooled.

Governor Regulation Class ISO8528 Part 1 Class G3, voltage regulation from no load to full load
+/- 1.0%, Radon Voltage regulation +/- 1.0%, isochronous frequency regulation, random
frequency regulation to be +/- .25%. Radio frequency emissions to meet industrial and
commercial industry standards.

Emissions Meet or exceed U.S. EPA SI Stationary Emission Regulations 40 CFR, Part 60.

Radiator Unit mounted radiator, engine driven with blower fan and all accessories. The system shall
be sized to operate at full load conditions and 500C ambient air entering the enclosure. The
radiator and engine cooling system shall be filled with an extended life coolant with a
minimum estimated life of 6000 hours or 6 years. The coolant formula shall contain no
phosphates or silicates and it shall be recyclable.

Generator The generator shall be synchronous, single phase, single bearing, self ventilated, brushless,
4 pole, drip-proof design in accordance with NEMA MG 1 22.43 and be directly connected
to the engine flywheel housing with a flex coupling. The generator insulation shall meet
performance Class H as per NEMA MG1-1.65.

Windings All winding insulation materials shall be Class H in accordance with IEC and IEEE
standards. No materials shall support fungus growth, and shall be impervious to oil, Dirt,
and Fumes encountered in diesel and natural gas engine operating environments.

Motor Provide motor starting capability of 62 KVA at 90% sustained voltage.


Starting

Circuit Provide two (2) generator mounted circuit breakers 125A-2P. The second circuit breaker
Breakers (Load Bank Breaker) shall be equipped with a shunt trip feature to allow the breaker to be
tripped if deemed necessary.

Enclosure Level 2, sound attenuated, aluminum enclosure with durable powder coat finish, wind
tested to 180 MPH wind loads as per ASCE7-10, residential grade silencer.

City of Charlottetown Page 39

You might also like