RFP EV Fast Charge Station Supply and Install · 1) Supply and install ONE50kW Dedicated Current...

17
DISTRICT OF SOOKE REQUEST FOR PROPOSAL 2017 Electric Vehicle Fast Charging Station - Phase Two: Supply and Install Request for Proposal File Location: 05-1790-2017-20-002 Closing location: District of Sooke 2205 Otter Point Road Sooke, BC V9Z 1J2 Closing date and time: Thursday, November 16, 2017 at 2:00 pm local time

Transcript of RFP EV Fast Charge Station Supply and Install · 1) Supply and install ONE50kW Dedicated Current...

DISTRICT OF SOOKE REQUEST FOR PROPOSAL

2017 Electric Vehicle Fast Charging Station - Phase Two: Supply and Install

Request for Proposal File Location: 05-1790-2017-20-002 Closing location: District of Sooke 2205 Otter Point Road Sooke, BC V9Z 1J2 Closing date and time: Thursday, November 16, 2017 at 2:00 pm local time

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

Table of Contents 1.0 Overview of the Requirement ................................................. 3

2.0 Enquiries ................................................................................. 3

3.0 Definitions ............................................................................... 3

4.0 Mandatory RFP Criteria .......................................................... 4

5.0 Scope of Work ........................................................................ 4

5.1 Project Summary ......................................................... 4 5.2 Project Background ..................................................... 5 5.3 Project Scope .............................................................. 5 5.4 Desirable RFP Criteria ................................................. 7 5.5 Invoicing & Payment .................................................... 7 5.6 Fees............................................................................. 7

6.0 Terms and Conditions ............................................................. 8

6.1 Closing Date ................................................................ 8 6.2 Information Meeting ..................................................... 8 6.3 Proposal Review Committee ....................................... 8 6.4 Review and Selection .................................................. 8 6.5 Sub-Consulting ............................................................ 8 6.6 Changes to Response Wording ................................... 9 6.7 Proponent’s Expenses ................................................. 9 6.8 Acceptance of Responses ........................................... 9 6.9 Negotiation .................................................................. 10 6.10 Definition of Contract ................................................... 10 6.11 Modification of Terms .................................................. 10 6.12 Ownership of Responses............................................. 10 6.13 Confidentiality of Information ....................................... 11 6.14 Collection and Use of Personal Information ................. 11 6.15 Additional Information on the RFP ............................... 11 6.16 Insurance ..................................................................... 11

Appendix 1: Phase One - Electrical Design

Appendix 2: Risk Management – Contract Services Policy

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

3

1.0 Overview of the Requirement The District of Sooke (the District) invites qualified firms to submit proposals for:

• The supply and installation of ONE 50kW Direct Current Fast Charge (DCFC) Electric Vehicle (EV) charging station.

The proposed scope of work will be the supply, installation, and testing of the unit to the specifications detailed below and of the type of unit supplied. Phase One – Electrical Design is complete and attached as Appendix 1. Based on a review of responses to this Request for Proposals (RFP), the District intends to select a Proponent who would then be invited to enter into a contract for provision of the services described in Section 5 Scope of Work.

2.0 Enquiries All enquiries related to this RFP are to be directed to: Paul Butterfield Engineering Technologist District of Sooke 2205 Otter Point Road Sooke, BC V9Z 1J2 Email: [email protected] Telephone: (250) 642-1631 Information obtained from any other source is not official and should not be relied upon. All written questions from Proponents will be received by the District of Sooke no later than 2:00pm on Thursday, November 9, 2017. No questions will be answered after that date.

3.0 Definitions Throughout this Request for Proposals, the following definitions will be used: a) “Contract” means a written contract executed by the District of Sooke

and the Contractor; b) “Contractor” means the successful Proponent to this Request for

Proposals who enters into a written contract with the District of Sooke; c) “District” means the District of Sooke;

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

4

d) “must”, or “mandatory” means a requirement that must be met in order for a Response to receive consideration;

e) “Proponent” means an individual or a company that submits, or intends to submit, a Response.

f) “Response” means a submission in reply to this RFP; g) “RFP” or “Request for Proposals” means the process described in this

document; and h) “should” or “desirable” means a requirement having a significant

degree of importance to the objectives of this RFP.

4.0 Mandatory RFP Criteria Responses not clearly demonstrating that they meet the following mandatory requirements will receive no further consideration during the evaluation process:

1. The Response must be received at the closing location before the closing date and time.

2. The Response must be in English and must not be sent by facsimile or email.

3. ONE (1) hard copy of the Response must be submitted and one electronic copy.

4. The Response must include a signed cover letter by the person with signing authority to conclude an agreement with the District.

5.0 Scope of Work Contents of the submission are left to the discretion of the Proponent but must include, as a minimum, the requirements detailed below.

5.1 Project Summary The District of Sooke desires to install one 50kW Dedicated Current Fast Charge (DCFC) EV charging station in a highly visible, central location to benefit the transportation sustainability of the community. Location The chosen location at Evergreen Centre, fronting the Community Information Kiosk, provides high visibility, accessibility, and existing dwell times that approximate the desired charge time. The location within the centre is fronting the A&W building facing Hwy 14.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

5

Future Network Compatibility This charging station provides a starting place for expansion of the District’s network in coming years. Compatibility with future charging stations with regard to communication and management is therefore an important consideration in unit selection.

5.2 Project Background The Provincial Government of British Columbia is committed to transitioning to a clean economy and reducing key factors that contribute to climate change. Fighting climate is a collaborative effort between individuals and governments. The transport sector has been identified as a leading contributing factor to greenhouse gas (GHG) emissions and as such is a target for climate protection and economic action in the District of Sooke’s 2017 budget. The District of Sooke is in the position of making an important contribution to assist in climate protection. This project signals a shift toward community driven mobility decisions that support the sustainability goals of the Official Community Plan (OCP). The installation of electric vehicle (EV) charging stations within the District of Sooke is an important investment in environmental infrastructure relating to sustainable transportation and the reduction of GHG emissions. The expansion of a public electric charging network will also support sustainable economic development activities.

5.3 Project Scope The Scope of Work is intended to guide in the preparation of proposals. Proposals should expand upon the information presented and the specific requirements listed below, where deemed appropriate by the consultant. The scope of work shall include, but not be limited to, the following:

1) Supply and install ONE 50kW Dedicated Current Fast Charge (DCFC) EV Station in accordance with the electrical design.

5.3.1 General: 2) The Contractor will be deemed the prime contractor per

WorkSafe BC OH&S Regulations. The Proponent should also understand the general duties of the Owner as defined in the Workers’ Compensation Act. The Proponent should have the necessary qualifications and be willing to accept the responsibilities as Prime Contractor for this Contract for site safety in its entirety;

3) The Contractor must perform all work in accordance with acceptable industry standards.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

6

4) The Contractor is responsible for the supply of all necessary equipment, including, but not limited to: tools, materials, staffing, mobilization, de-mobilization and fuel.

5) The Contractor is responsible for all traffic control as required to satisfy the requirements of WorkSafeBC.

6) The Contractor is responsible for the location and exposure of all relevant electrical underground utility connections within the proposed work area prior to commencing the work.

7) The Contractor will remove and dispose of all excess construction material, waste material, unused fill or other debris left over from excavation or construction, and upon completion of work return the municipal ROW and surrounding area to pre-construction condition or better;

8) All work shall conform to the Master Municipal Construction Documents (MMCD) Platinum Edition Volume II, and District of Sooke Bylaw No. 404, Subdivision and Development Standards Bylaw. All references to “MMCD” in this document refer to the MMCD Platinum Edition Volume II, published in 2009;

5.3.2 Specific: 1) The electric vehicle (EV) charging stations will consist of ONE

50kW Direct Current Fast Charging (DCFC) station; 2) DCFC station desirable features:

a) Sturdy, weather resistant outer casing capable of lasting approximately ten years;

b) Connectivity to a location service for all EV drivers to locate via a smartphone app or the internet;

c) Vandal resistant features; d) Customizable unit colours or look for marketing; e) Retractable hoses; f) A data collection and management system via the

internet; g) The capability for a payment system to recover costs.

The price may vary from free to a price that can be modified as desired;

h) Both standard EV connections (CHAdeMO & SAE CCS); 3) The charging station must be tested to ensure all on-site and

communication connections are working to the specifications of the unit;

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

7

4) Provide a recommendation to the District for physical protection of the charging station and if deemed appropriate, complete installation as directed by the District.

5.4 Desirable RFP Criteria Responses meeting the mandatory requirements will be further assessed against the following desirable criteria.

5.4.1 Functionality and Features Comparison It is important that the Proponent consider and discuss within the proposal why the proposed DCFC is the best choice for the District. A comparison with other DCFC is desirable. Being the first investment by the District, the selected unit ideally represents the future investment direction for any expansion. Should the District wish to expand the network of public charging stations in the future, at the Level 2 or Fast Charging capability, it is important that there is a high degree of confidence in the chosen manufacturer and product line, now and in the future.

5.4.2 Options Considering the high profile nature of this location and facility, options that enhance the operation or functionality of the site are welcome to be considered. The District of Sooke appreciates and encourages innovative measures that would enhance the quality, longevity, efficiency, marketing, or function of this project now and in the future. These may be related but not limited to:

a) The applicability and/or use of solar power panels to offset the total energy use of the charger;

b) Use of the kiosk roof for wayfinding purposes; c) Electric vehicle space pavement marking; and/or other

positive aspects you encounter, or may be familiar with.

5.5 Invoicing & Payment The District of Sooke will pay invoices monthly based on percentage of work completed, as invoiced by the successful contractor.

5.6 Fees Please provide, at minimum, costs to deliver each of the items outlined in Section 5.3 Project Scope. All personnel fees, salaries, wages, reimbursable expenses and taxes, will be taken into account in the proposal evaluation. Fees and disbursements will be billed at rates shown in the proposal. The consultant shall not exceed the amount shown in their proposal without prior, written approval from the District of Sooke.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

8

Changes in scope requiring fees beyond the total fee as shown in the proposal must be authorized by the District of Sooke before work begins on additional work. Scope changes will be authorized with a formal Change of Scope document signed by the District of Sooke and the Consultant.

6.0 Terms and Conditions 6.1 Closing Date

Responses will be received up to and including 2:00 p.m., local time, on Thursday, November 16, 2017. Responses should be submitted in one sealed envelope clearly marked and addressed as follows:

Request for Proposals: 2017 Electric Vehicle Fast Charging Station - Phase Two: Supply and Install ATTN: Paul Butterfield District of Sooke 2205 Otter Point Road Sooke, BC V9Z 1J2

6.2 Information Meeting There will not be a pre-bid or information meeting for this project.

6.3 Proposal Review Committee Review of Responses will be by a committee formed by the District of Sooke and may include staff and contractors of the District of Sooke.

6.4 Review and Selection The proposal review committee will check Responses against the mandatory criteria. Responses not meeting all mandatory criteria will be rejected without further consideration. Responses that do meet all the mandatory criteria will be further assessed on desirable criteria and the clarity and comprehensive nature of the Response. The District of Sooke’s intent is to enter into contract negotiations with the Proponent who has the proposal deemed most favourable to the District.

6.5 Sub-Consulting Using a Sub-Consultant is acceptable provided the Sub-Consultant is clearly identified in the Proposal. This includes a joint submission by two Proponents having no formal corporate links. However, in this case, one of these Proponents must be prepared to take overall responsibility for successful performance of the Contract and this should be clearly defined in the Proposal. Sub-consulting to any firm or individual who’s current or past corporate or other interests may, in the District’s opinion; give rise to a conflict of

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

9

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 Request for Proposal. Where applicable, the names of approved Sub-Consultants listed in the Proposal will be included in the Contract. No additional Sub-Consultants will be added or other changes made, to the list in the Contract without written consent of the District’s Director of Development Services.

6.6 Changes to Response Wording The Proponent will not change the wording of its Response after the closing date and time specified on the front cover of this RFP, as amended by any addenda, and no words or comments will be added to the Response unless requested by the District of Sooke for purposes of clarification.

6.7 Proponent’s Expenses Proponents are solely responsible for their own expenses in preparing a Response and for subsequent negotiations with the District of Sooke, if any. The District of Sooke will not be liable to any Proponent for any claims, whether for costs or damages incurred by the Proponent in preparing the Response, loss of anticipated profit in connection with any final Contract, or any other matter whatsoever.

6.8 Acceptance of Responses This RFP is not an agreement to purchase services. The District of Sooke is not bound to enter into a Contract with any Proponent. Responses will be assessed in light of the review criteria. The District reserves the right to:

i. Accept a Proposal which is not the lowest priced; ii. Reject any and all Proposals, including without limitation

the lowest priced Proposal, even if the lowest priced Proposal conforms in all aspects with the RFP;

iii. Reject any Proposal at any time prior to execution of an Agreement;

iv. Assess the ability of the Proponent to perform the contract and may reject any Proposal where, in the District’s sole estimation, the personnel and/or resources of the Proponent are insufficient;

v. Amend or revise the RFP by Addenda up to the specified closing date and time;

vi. Reduce the Scope of Services required within the RFP and negotiate the price to reflect such change after award

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

10

of an Agreement; and vii. Award an Agreement to the Proponent other than the

one with the most points, if, in its sole determination, another Proposal is determined to be the Best Value to the District, taking into consideration the price and evaluation criteria of the RFP.

Under no circumstances shall the District be obligated to award an Agreement solely on the basis of proposed price. The District may accept or waive a minor and inconsequential irregularity, or where applicable to do so, the District may, as a condition of acceptance of the Proposal, request a Proponent to correct a minor or inconsequential irregularity with no change in the Proposal. The determination of what is or is not a minor or inconsequential irregularity, the determination of whether to accept, waive, or require correction of an irregularity and the final determination of the validity, will be the sole discretion of the District of Sooke.

6.9 Negotiation By submitting a Proposal, a Proponent accepts that a contract may be concluded upon notification by the District with the Proponent. The District reserves the right to negotiate. If the parties, after having bargained in good faith, are unable to conclude a contract, the District and the Proponent will be released without penalty or further obligations other than any surviving obligations regarding confidentiality and the District may, at its discretion, contact the Proponent of the next best rated Proposal and attempt to conclude a contract with it, and so on until a contract is concluded

6.10 Definition of Contract Notice in writing to a Proponent that its proposal has been selected as successful will neither constitute a Contract nor give the Proponent any legal or equitable rights or privileges relative to the service requirements set out in this RFP. Only if a Proponent and the District of Sooke enter into a subsequent full written Contract will a Proponent acquire any legal or equitable rights or privileges.

6.11 Modification of Terms The District of Sooke reserves the right to modify the terms of this RFP at any time in its sole discretion. This includes the right to cancel this RFP at any time without entering into a Contract.

6.12 Ownership of Responses All documents, including Responses, submitted to the District of Sooke become the property of the District of Sooke. They will be received and

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

11

held in confidence by the District of Sooke, subject to the provisions of the Freedom of Information and Protection of Privacy Act.

6.13 Confidentiality of Information Information pertaining to the District of Sooke obtained by the Proponent as a result of participation in this RFP is confidential and must not be disclosed without written authorization from the District of Sooke.

6.14 Collection and Use of Personal Information Proponents are solely responsible for familiarizing themselves, and ensuring that they comply, with the laws applicable to the collection and dissemination of information, including resumes and other personal information concerning employees and employees of any subcontractors. If this RFP requires Proponents to provide the District of Sooke with personal information of employees who have been included as resources in response to this RFP, Proponents will ensure that they have obtained written consent from each of those employees before forwarding such personal information to the District of Sooke. Such written consents are to specify that the personal information may be forwarded to the District of Sooke for the purposes of responding to this RFP and use by the District of Sooke for the purposes set out in the RFP. The District of Sooke may, at any time, request the original consents or copies of the original consents from Proponents, and upon such request being made Proponents will immediately supply such originals or copies to the District of Sooke.

6.15 Additional Information on the RFP All subsequent information regarding this RFP, including changes made to this document, will be posted on the District of Sooke website (www.sooke.ca) by Friday, November 10, 2017, no later than 4:00 p.m. It is the sole responsibility of the Proponent to check for amendments and additional information on the website.

6.16 Insurance Proof of insurance will be required in accordance with the District of Sooke’s Risk Management – Contract Services Policy, attached in Appendix 2. Except as may be otherwise expressly approved by the District in writing, the Proponent will, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the District:

i. Professional Liability Insurance (Errors and Omissions) coverage of a minimum of $500,000 per occurrence, $1,000,000 aggregate.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

12

ii. Comprehensive Liability Insurance with not less than $5,000,000 coverage per occurrence, together with a Standard Non-Owned Automobile Liability. The District must be named as an additional insured on this policy and the policy shall contain a cross-liability clause.

iii. The successful consultant must also provide the District with a certificate issued by the insurer(s) as evidence of the coverage required on or before commencement of the project.

iv. Each policy of insurance required under this agreement shall be maintained during the continuance of this agreement and shall not be capable of cancellation unless 30 days’ notice is first given to the District.

v. The successful consultant must ensure that every sub-consultant provides and maintains insurance substantially in accordance with the requirements of this agreement. The successful consultant shall be as fully responsible to the District for acts and omissions of sub-consultants and of persons employed directly or indirectly by them as for acts and omissions of persons directly employed by the consultant.

The foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the District. The successful Proponent shall provide the District with evidence of all required insurance prior to the commencement of the Services. When requested by the District, the Proponent shall provide certified copies of required policies. It is also expected that the Proponent be a member in good standing with the Worker’s Compensation Board.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

Appendix 1: Phase One - Electrical Design

EXISTING KIOSK TO REMAIN

EXISTING BC HYDRO POLE & POLE TOP TRANSFORMERS. CO-ORDINATEWITH BC HYDRO FOR ANY OUTAGES AS THEY MAY BE REPLACINGTHESE TRANSFORMERS

EXISTING OVERHEAD TRIPLEX.TO BE REPLACED BY BC HYDROAS PART OF SERVICE UPGRADE

NEW CAR CHARGER & PEDESTAL.REFER TO DETAIL 6/E1.0

1x53m RPVC - 4c#3/0 TO NEW CARCHARGING STATION. 1x53m RPVCSPARE TO STUB FOR FUTURE

EXISTING POLE C/W WEATHERHEAD ANDCONDUIT DIP SERVICE TO EXISTING KIOSK. NEWWEATHERHEAD AND SECONDARY CONDUCTORSARE REQUIRED FOR REVISED SERVICE SIZE.

2,3E1

STUB CONDUIT SPARE NEAR THIS LOCATIONFOR CHARGER EXPANSION

NEW 50kW DC FAST CHARGER, REFER TODETAIL FOR ADDITIONAL INFORMATION

FUTURE 50kW DC FAST CHARGER LOCATION

GROUND LEVEL

CONCRETE CHARGER BASE. 19mm CHAMFERAROUND EDGE. 100mm ABOVE GROUND, 250mmBELOW GROUND.

CHARGER TO COME WITH METAL BASE TO BEBOLTED TO THE TOP OF THE CONCRETE PEDESTALAND SEALED TO PREVENT WATER COLLECTINGUNDER THE BASE.

CHARGER TO COME WITH PLUG HOLSTER AS PARTOF CHARGER ASSEMBLY

CHARGER TO COME WITH MINIMUM 7.5M OFCHARGER CABLE

50kW, DC FAST CHARGING STATION C/W ABILITY TOADD CREDIT CARD PAYMENT AND WIRELESSCOMMUNICATIONS SYSTEM IN FUTURE.CHARGER STATION TO BE NEMA 3R RATED FORINSTALLATION IN OUTDOOR LOCATIONS.CONTRACTOR IS TO RETAIN THE SERVICES OF ASEISMIC ENGINEER REGISTERED IN THE PROVINCEOF BC FOR DESIGN OF MOUNTING SOLUTION. COSTTO BE INCLUDED IN BASE BID.

60AMAIN

BREAKER

BCHWIREWAY

100A120/240V1Ø 3W

PANELBOARD

PULLBOXABOVE IN SLAB

CONDUIT STUBS

BCH METER (60A, 1P) NEW BCH METER (200A, 3P)

NEW200A MAINBREAKER

EXISTINGBCH

WIREWAY

NEW 200A120/208V3Ø 4W

PANELBOARD

NEW PULLBOXABOVE IN SLAB

CONDUIT STUBS

NEW 2x53mmRPVC CONDUITS

DATEDESCRIPTIONREV

Contractor must check and verify all dimensions andconditions on site and report any discrepancies todesigner and/or engineer prior to proceeding withwork

DO NOT SCALE DRAWINGS

PRODUCTION DRAWINGS BY:

PROJECT NORTH

All drawings, specifications and related documentsare the copyright property of Applied EngineeringSolutions Ltd. Reproduction of any of theaforementioned documents in whole or in part is notpermitted without the written permission of AppliedEngineering Solutions Ltd.

PROJECT NAME:

DRAWING TITLE:

SCALE:

CHECKED BY:

JOB NUMBER:

DRAWING NUMBER:

DRAWN BY:

DATE:

1 ISSUED FOR - REVIEW 2017/10/04

SOOKE DC 50kWFAST CHARGE STATION

6660 SOOKE ROADSOOKE, BC

1-17-222

300 - 1815 Blanshard St.Victoria, BC V8T 5A4

250.381.6121

AES Engineering Ltd.

Designing A Better TomorrowCALGARY | EDMONTON

VANCOUVER | VICTORIA

[email protected]

www.aesengr.com

2017/10/03

AS NOTED

JSB

RTD

2 ISSUED FOR - TENDER 2017/10/27

E1.0

SITE PLAN, DETAILSAND ELECTRICALREVISIONS

EXISTING BCHYDRO POLE TOPTRANSFORMERS

NEW OVERHEAD 4W

REVISED POTHEADPOLE DIP VIA CONDUIT, NEW BCH CONDUCTORS

U/G SERVICE VIA RPVC, NEW BCH CONDUCTORS

200A 3PMAIN BREAKERC/W SERVICE ENTRANCEREQUIREMENTS

120/208V200A

PANEL

EXISTING BCHYDRO POLE TOPTRANSFORMERS

EXISTING OVERHEAD TRIPLEX

EXISTING POTHEADPOLE DIP VIA CONDUIT

U/G SERVICE VIA RPVC

60A MAIN BREAKER

120/240V100A

PANEL

1

E1.0

SITE PLAN

2

E1.0

EXISTING KIOSK INTERIOR ELEVATION 3

E1.0

REVISED KIOSK INTERIOR ELEVATION

4

E1.0

EXISTING SINGLE LINE

5

E1.0

REVISED SINGLE LINE

6

E1.0

CHARGING STATION DETAIL

GRADE

BACKFILL HUMP TOALLOW FOR SETTLEMENT

75mm FINE SANDSURROUND (NO GRAVEL)

CONTINUOUS POLY DUCTMARKER WITH METALLICTRACER BACKING

MIN.

1000

mmBE

LOW

FIN

ISHE

DGR

ADE

SEE SITE PLAN FOR CONDUIT SIZES.DO NOT INSTALL SITE LIGHTINGCONDUITS OVER TOP OF UTILITYSERVICE CONDUITS. (TYPICAL)

FINISHED GRADE

OTHER UTILITYPIPE OR DUCT

BC HYDRO DUCTS

B

B

OTHER UTILITYPIPE OR DUCT

OTHER UTILITYPIPE OR DUCT

A

TYPE OF PIPE OR DUCT

TELEPHONE, CABLEVISION ORSTREET LIGHTS

GAS MAINS

WATER, OIL PIPELINES, OIL,JET FUEL LINES, STORM ANDSANITARY SEWERS

DIRECT BURIED MINIMUMCLEARANCES

BC HYDRO CONCRETE ENCASEDMINIMUM CLEARANCES

A B A B300mm 150mm

900mm 600mm

900mm 300mm

75mm 150mm

300mm 150mm

300mm 300mm

7

E1.0

CONDUIT SEPARATION DISTANCES 8

E1.0

TYPICAL TRENCH DETAIL

NOT TO SCALE

NOT TO SCALE

NOT TO SCALE NOT TO SCALE

100 200 300 400 500 6001:10

0

100 200 300 400 500 6001:10

0 100 200 300 400 500 6001:10

0

2000 4000 60001:100

0

NOTES:1. THE OBJECTIVE OF THIS PROJECT IS TO REVISE THIS SERVICE TO 200A, 3P.

THIS IS TO BE ACCOMPLISHED USING THE EXISTING KIOSK SHELL.

2. EXISTING PULL BOX BELOW PANEL CAN EITHER BE REUSED OR REPLACEDTO ACCOMMODATE NEW PANEL BOARD SIZE.

3. EXISTING 100A PANEL TO BE REPLACED WITH NEW. THIS EXISTING PANELFEED STREET LIGHTS & CROSS WALKS IN THE AREA. CO-ORDINATE WITHDISTRICT OF SOOKE FOR SHUTDOWN & MINIMIZE OUTAGE. NEW PANEL TOBE 208, 3P, 4W 200A AND MAXIMUM 200mm WIDE AND 200mm TALL, AND25mm DEEP.

4. INSTALL TWO NEW 2x53m RPVC CONDUIT INTO KIOSK PULL BOX STATION.SAW CUT OR REPLACE SLAB AS NEEDED TO INSTALL.

01

DESCRIPTION BRK POLE CCT CCT02

POLE BRK DESCRIPTION

JOB NO./NAMEPANELSYSTEMTYPELOCATIONMOUNTINGNO. CIRCUITSBUS SIZESYM. FAULT RATING

:::::::::

1-17-222 SOOKE 50kW DC FAST CHARGING STATIONHA120/208V 3Ø 4WLOADCENTREKIOSKSURFACE12200

EXISTING CCT. 15 1

10kA

PANELBOARD SCHEDULE

1 15 EXISTING CCT

03 04

05 06

07 08

09 10

11 12

EXISTING CCT. 20 21 15 EXISTING CCT1 15 EXISTING CCT1 15 EXISTING CCT

DC 50 kW CAR CHARGER*CONFIRM EXACT BREAKERSIZE WITH MANUFACTURERSHOP DRAWINGS

3 175

DATEDESCRIPTIONREV

Contractor must check and verify all dimensions andconditions on site and report any discrepancies todesigner and/or engineer prior to proceeding withwork

DO NOT SCALE DRAWINGS

PRODUCTION DRAWINGS BY:

PROJECT NORTH

All drawings, specifications and related documentsare the copyright property of Applied EngineeringSolutions Ltd. Reproduction of any of theaforementioned documents in whole or in part is notpermitted without the written permission of AppliedEngineering Solutions Ltd.

PROJECT NAME:

DRAWING TITLE:

SCALE:

CHECKED BY:

JOB NUMBER:

DRAWING NUMBER:

DRAWN BY:

DATE:

1 ISSUED FOR - REVIEW 2017/10/04

SOOKE DC 50kWFAST CHARGE STATION

6660 SOOKE ROADSOOKE, BC

1-17-222

300 - 1815 Blanshard St.Victoria, BC V8T 5A4

250.381.6121

AES Engineering Ltd.

Designing A Better TomorrowCALGARY | EDMONTON

VANCOUVER | VICTORIA

[email protected]

www.aesengr.com

2017/10/03

AS NOTED

JSB

RTD

2 ISSUED FOR - TENDER 2017/10/27

E2.0

ELECTRICALSPECIFICATIONS

1. GENERAL

.1 GENERAL REQUIREMENTS, INSTRUCTIONS TO BIDDERS, THIS SPECIFICATION AND ANY ADDENDA HERETO FORM PART OF THE CONTRACT DOCUMENTSAND SHALL BE READ IN CONJUNCTION WITH THEM. WORK TO INCLUDE THE FURNISHING OF ALL LABOR AND MATERIALS, UNLESS SPECIFIED OTHERWISE,TO COMPLETE AND PUT INTO OPERATING CONDITION ALL ELECTRICAL SYSTEMS AS INDICATED ON THE DRAWINGS AND SPECIFIED HEREIN.

.2 IT IS THE INTENT OF THE WORK TO PROVIDE COMPLETE, NEATLY FINISHED, AND OPERATIONAL SYSTEMS AND ANY LABOR, MATERIAL, PERMITS, LICENSES,APPROVALS AND INSPECTIONS REQUIRED FOR COMPLETION OF THE WORK, WHETHER SPECIFICALLY MENTIONED IN THE DRAWINGS OR SPECIFICATIONSOR NOT, ARE TO BE INCLUDED IN THE TENDERED PRICE.

.3 RESPONSIBILITY AS TO WHICH TRADE PROVIDES REQUIRED ARTICLES OR MATERIALS RESTS SOLELY WITH THE GENERAL CONTRACT TRADE. EXTRASWILL NOT BE CONSIDERED BASED ON GROUNDS OF DIFFERENCE OF INTERPRETATION OF SPECIFICATIONS AS TO WHICH TRADE INVOLVED SHALLPROVIDE CERTAIN SPECIALTIES OR MATERIALS.

.4 THE DRAWINGS AND SPECIFICATIONS FOR THE COMPLETE WORKS, INCLUDING ALL OF THOSE RELATED TO OTHER TRADES ARE TO BE EXAMINED BEFORESUBMITTING TENDERS. ALL ELECTRICAL AND COMMUNICATIONS REQUIREMENTS INDICATED ARE TO BE INCLUDED IN THE SCOPE OF THE WORK.

.5 CLEAN UP AND REMOVE ALL UNUSED WIRING AND CONDUITS.

.6 REMOVE AND REINSTALL EXISTING DEVICES TO FACILITATE CONSTRUCTION AS REQUIRED.

.7 CONFIRM OUTLET LOCATIONS AND MOUNTING HEIGHT WITH PROJECT COORDINATOR ON SITE PRIOR TO INSTALLATION.

2. DRAWINGS AND SPECIFICATIONS

.1 DRAWINGS AND SPECIFICATIONS ARE COMPLEMENTARY TO EACH OTHER AND WHAT IS CALLED FOR BY ONE IS TO BE BINDING AS IF CALLED FOR BYBOTH.

.2 SHOULD ANY DISCREPANCY APPEAR BETWEEN DRAWINGS AND SPECIFICATIONS THAT LEAVES THE ELECTRICAL TRADE IN DOUBT AS TO TRUE INTENTAND MEANING, OBTAIN RULING FROM THE ENGINEER BEFORE SUBMITTING TENDER, OR ALLOW FOR THE MOST EXPENSIVE ALTERNATIVE.

3. EXAMINATION OF OTHER DRAWINGS

.1 THE ELECTRICAL CONTRACTOR IS TO EXAMINE CAREFULLY STRUCTURAL, ARCHITECTURAL AND MECHANICAL DRAWINGS, AND THE WORK OF OTHERTRADES AND SATISFY HIMSELF THAT THE WORK UNDER THIS CONTRACT CAN BE SATISFACTORILY CARRIED OUT WITHOUT CHANGES TO THE BUILDING ASSHOWN ON THE PLANS. SHOULD ANY DIFFICULTY ARISE SHOWING CONFLICT WITH, OR REQUIRING ADDITIONAL WORK BEYOND THE WORK OF THESEDRAWINGS, BRING THIS MATTER TO THE ATTENTION OF THE ENGINEER BEFORE SUBMITTING TENDER.

4. UNIFORMITY OF EQUIPMENT

.1 UNLESS OTHERWISE SPECIFIED, UNIFORMITY OF MANUFACTURE IS TO BE MAINTAINED FOR ANY PARTICULAR ITEM THROUGHOUT.

5. STANDARDS OF MATERIAL AND WORK

.1 ALL MATERIALS ARE TO BE NEW AND OF THE QUALITY SPECIFIED, AND SHALL BE APPROVED BY CSA OR EQUIVALENT AGENCY RECOGNIZED IN BRITISHCOLUMBIA.

.2 ALL WORK SHALL BE EXECUTED IN A NEAT AND TIDY MANNER BY QUALIFIED TRADESPEOPLE. THE ELECTRICAL CONTRACTOR SHALL KEEP A COMPETENTFOREPERSON AND NECESSARY ASSISTANTS ON THE SITE DURING THE PROGRESS OF THE WORK.

.3 ALL MATERIAL AND INSTALLATION SHALL MATCH BUILDING STANDARD UNLESS IT IS NOTED OTHERWISE ON THE DRAWINGS.

6. RECORD PLANS

.1 THE ENGINEER WILL FURNISH TO THE ELECTRICAL TRADE ONE SET OF DRAWINGS TO BE USED FOR RECORD PURPOSES. THE ELECTRICAL TRADE IS TOACCURATELY RECORD ON THESE PRINTS ALL REVISIONS TO THE ORIGINAL PLANS THAT ARE MADE ON SITE DURING CONSTRUCTION.

.2 THE ELECTRICAL TRADE IS TO PRODUCE AT THEIR OWN EXPENSE A SET OF AUTOCAD 2004 (OR LATER) DRAWINGS, INCLUDING ALL CHANGES TO THEORIGINAL TENDER DRAWINGS COVERED BY ADDENDA, CHANGE ORDERS, FIELD CHANGES, AND JOB CONDITIONS, AND TURN THESE OVER TO THEENGINEER IN ELECTRONIC AND HARD COPY FORM. COMPLETED RECORD DRAWINGS ARE TO BE CLEARLY MARKED "RECORD DRAWINGS".

.3 SHOULD THE CONTRACTOR REQUIRE THE ELECTRICAL CONSULTANT TO PREPARE THE AS-BUILT BOND OR CAD (REVIT) DISK, THE COST WOULD BE $275PER PLAN, UNLESS EXCESSIVE CHANGES HAVE BEEN REQUIRED COSTS ASSOCIATED WITH SUCH EXCESSIVE CHANGES SHOULD BE INCLUDED WITH THECHANGE ORDERS.

7. SHOP DRAWINGS

.1 THE ELECTRICAL CONTRACTOR IS TO SUBMIT TO THE ENGINEER, FOR REVIEW, SHOP DRAWINGS OF MAJOR ELECTRICAL EQUIPMENT. SUCH EQUIPMENTSHALL INCLUDE, BUT NOT BE LIMITED TO SWITCHGEAR, PANELBOARDS, SERIES-RATED BREAKER COMBINATIONS, FIXTURES AND FITTINGS NOT PROVIDEDBY THE OWNER.

.2 ALL DRAWINGS ARE TO BE SUBMITTED IN TRUE DIGITAL PDF FORMAT (NO SCANS) AND A REVIEWED COPY WILL BE RETURNED TO THE COORDINATINGPROFESSIONS FOR DISTRIBUTION TO THE ELECTRICAL TRADE.

.3 THE ENGINEER'S REVIEW OF SHOP DRAWINGS IS TO BE FOR GENERAL DESIGN ONLY AND WILL NOT RELIEVE THE ELECTRICAL TRADE OR SUPPLIERSFROM RESPONSIBILITY FOR ERRORS, PROPER FITTING, CONSTRUCTION OF WORK, AND FURNISHING OF MATERIALS. REVIEW WILL NOT BE CONSTRUEDAS APPROVING DEPARTURES FROM CONTRACT DOCUMENT REQUIREMENTS IF SUCH DEPARTURES ARE NOT SPECIFICALLY NOTED. THE ELECTRICALTRADE IS RESPONSIBLE FOR VERIFYING ALL DIMENSIONS.

.4 PROVIDE SHOP DRAWINGS FOR THE FOLLOWING ELECTRICAL PRODUCTS:.1 POWER DISTRIBUTION EQUIPMENT.2 ELECTRIC VEHICLE CHARGER

8. GUARANTEE WARRANTY

.1 THE ELECTRICAL TRADE SHALL FURNISH A WRITTEN GUARANTEE WARRANTY, SIGNED BY AUTHORIZED PERSONNEL, STATING:.1 THAT ALL WORK EXECUTED UNDER THIS CONTRACT WILL BE FREE FROM DEFECTS OF MATERIAL AND WORK FOR A PERIOD OF 1 YEAR FROM DATE

OF FINAL ACCEPTANCE..2 THE ABOVE PARTIES FURTHER AGREE TO, AT THEIR OWN EXPENSE, REPAIR AND REPLACE ALL SUCH DEFECTIVE WORK, AND OTHER WORK

DAMAGED THEREBY, WHICH FAILS OR BECOMES DEFECTIVE DURING THE TERM OF THE GUARANTEE WARRANTY PROVIDED THAT SUCH FAILURE ISNOT DUE TO IMPROPER USAGE.

.3 THE PERIOD OF THE GUARANTEE SPECIFIED WILL IN NO WAY SUPPLANT ANY OTHER GUARANTEE OF A LONGER PERIOD BUT BE BINDING ON WORKNOT OTHERWISE COVERED.

9. SETTING OUT OF THE WORK

.1 THE ELECTRICAL TRADE IS RESPONSIBLE FOR CORRECTING ALL WORK COMPLETED CONTRARY TO THE INTENT OF DRAWINGS AND SPECIFICATIONS ANDSHALL BEAR ALL COSTS INVOLVED IN MAKING THE CORRECTIONS. WHERE INTENT OF DRAWINGS AND SPECIFICATIONS IS NOT CLEAR, OBTAINCLARIFICATION FROM THE ENGINEER BEFORE PROCEEDING WITH WORK.

.2 THE ELECTRICAL TRADE IS TO GIVE WORK THEIR PERSONAL SUPERVISION, LAY OUT THEIR OWN WORK, DO ALL NECESSARY LEVELING AND MEASURINGOR EMPLOY A COMPETENT ENGINEER TO DO SO. FIGURES, FULL SIZE AND DETAIL DRAWINGS TO TAKE PRECEDENCE OVER SCALE MEASUREMENTS.

.3 THE ELECTRICAL TRADE SHALL BE RESPONSIBLE FOR ANY DAMAGE CAUSED TO THE OWNER OR ANY OTHER TRADE BY IMPROPER LOCATION ORCARRYING OUT OF THEIR WORK.

.4 ALLOW FOR WORK AFTER HOURS AS REQUIRED AND COORDINATE WITH OWNER/TENANTS IF APPLICABLE.

.5 CONTRACTOR TO COORDINATE ANY INTERRUPTIONS TO ADJOINING TENANTS IN ORDER TO AVOID ANY INCONVENIENCES TO SAID TENANT. IF NECESSARYCONTRACTOR TO DO ANY REQUIRED CONNECTIONS ON OFF HOURS.

10. EXAMINATION OF THE SITE

.1 PRIOR TO SUBMITTING TENDER, THE ELECTRICAL TRADE SHALL CAREFULLY EXAMINE THE SITE AND ASCERTAIN ALL CONDITIONS WHICH MAY AFFECTTHEIR TRADE. NO ADDITIONAL MONEY WILL BE ALLOWED FOR WORK RESULTING FROM CONDITIONS THAT SHOULD HAVE BEEN NOTICED AND ACCOUNTEDFOR DURING A THOROUGH EXAMINATION OF THE SITE.

11. CUTTING AND PATCHING

.1 THE GENERAL TRADE WILL BE RESPONSIBLE FOR ALL CUTTING AND PATCHING REQUIRED FOR ELECTRICAL INSTALLATION. STRUCTURAL MEMBERS MUSTNOT BE CUT WITHOUT CONSENT OF THE ENGINEER.

.2 WHERE WORK DONE BY THE ELECTRICAL TRADE DAMAGES THE WORK OF OTHER TRADES, THE ELECTRICAL TRADE SHALL REPAIR AND MAKE GOOD SUCHDAMAGE TO THE SATISFACTION OF EACH TRADE CONCERNED AND THE ENGINEER.

12. CLEANUP

.1 THE ELECTRICAL TRADE AND THEIR SUBTRADES ARE TO KEEP THE SITE FREE DURING CONSTRUCTION OF DEBRIS, BOXES, PACKING, AND OTHERMATERIALS ASSOCIATED WITH THE WORK OF THIS TRADE. ALL WASTE MATERIAL IS TO BE DISPOSED OF IN A SAFE AND ENVIRONMENTALLY RESPONSIBLEMANNER.

.2 UPON COMPLETION OF WORK, THE ELECTRICAL INSTALLATION SHALL BE LEFT IN A CLEAN AND FINISHED CONDITION TO THE SATISFACTION OF THEENGINEER.

.3 THIS IS TO INCLUDE ALL TRENCH REMEDIATION, SOIL REMOVAL/SUPPLY, LEVELING, RESODDING, AND RUN OFF MITIGATION REQUIRED FOR CIVILEXCAVATION WORKS UNDERTAKEN DURING CONSTRUCTION.

13. CODES, PERMITS AND INSPECTION

.1 THE ENTIRE INSTALLATION, INCLUSIVE OF MATERIAL AND LABOR, IS TO COMPLY WITH ALL THE REQUIREMENTS OF ALL BUILDING CODES ANDAUTHORITIES HAVING JURISDICTION, THE CANADIAN ELECTRICAL CODE, AND REGULATIONS OF THE LOCAL INSPECTION DEPARTMENT.

.2 THE ELECTRICAL TRADE IS TO OBTAIN ALL PERMITS REQUIRED FOR EACH STAGE OF WORK, AND AFTER COMPLETION OF THE ENTIRE INSTALLATIONFURNISH TO THE ENGINEER A CERTIFICATE OF FINAL INSPECTION AND APPROVAL FROM THE ELECTRICAL INSPECTION DEPARTMENT.

14. MECHANICAL EQUIPMENT AND EQUIPMENT SUPPLIED BY OTHERS

.1 UNLESS SPECIFIED OTHERWISE, THE ELECTRICAL CONTRACTOR IS TO SUPPLY AND INSTALL ALL REQUIRED CONDUIT, WIRING, ELECTRICAL FITTINGS ANDCONNECTIONS FOR ALL MOTORS AND OTHER MECHANICAL EQUIPMENT, EVEN THOUGH SUCH MOTORS AND OTHER MECHANICAL EQUIPMENT MAY BESUPPLIED BY OTHERS. WHERE REQUIRED BY THE DRAWINGS OR APPLICABLE REGULATIONS, DISCONNECT SWITCHES, STARTERS, OVERLOAD RELAYSAND OTHER NECESSARY PROTECTIVE DEVICES ARE TO BE SUPPLIED AND INSTALLED BY THE ELECTRICAL CONTRACTOR. MOTORS AND CONTROLS SHALLBE FURNISHED BY THE SUPPLIER OF THE DRIVEN EQUIPMENT. THE ELECTRICAL CONTRACTOR SHALL INCLUDE ALL WORK AND CONNECTIONS REQUIREDTO MAKE THE SYSTEM COMPLETE AND OPERATIONAL.

.2 EQUIPMENT SUPPLIED BY OTHERS MAY INCLUDE BUT NOT BE LIMITED TO SUCH ITEMS AS GRILLE MOTORS AND INTERLOCKS, STOREFRONT AND INTERIORSIGNAGE, STARTING DEVICES, MOTOR CONTROLLERS, FLOAT SWITCHES, ALARM DEVICES OR SYSTEMS, PUSH BUTTONS, EXHAUST FANS, DATA SYSTEMS,INTERCOMS AND STEREO SYSTEMS.

.3 THE ELECTRICAL CONTRACTOR IS TO CONFIRM MOTOR (OR OTHER EQUIPMENT) LOCATION AND SIZES WITH THE TRADE SUPPLYING THE MOTOR (OROTHER EQUIPMENT) BEFORE COMMENCING ANY ASSOCIATED ELECTRICAL WORK.

.4 WHETHER INDICATED ON THE DRAWINGS OR NOT, EACH ROOFTOP MECHANICAL UNIT OR PIECE OF ROOFTOP MAINTENANCE EQUIPMENT IS TO HAVE A5-20R GFCI RECEPTACLE INSTALLED WITHIN 7.5m AS PER THE CANADIAN ELECTRICAL CODE.

.5 WHETHER INDICATED ON THE DRAWINGS OR NOT, ALL DDC PANELS ARE TO BE INSTALLED WITH ONE (1) 15A DUPLEX TVSS RECEPTACLE ON A DEDICATEDCIRCUIT AND ONE (1) DATA JACK.

.6 WHETHER INDICATED ON THE DRAWINGS OR NOT, ALL MECHANICAL EQUIPMENT IS TO HAVE A MINIMUM SCCR RATING TO MATCH THE PANEL TO WHICH ITIS CONNECTED.

.7 CONFIRM REQUIREMENTS FOR MECHANICAL EQUIPMENT WITH MECHANICAL TRADE PRIOR TO ROUGH-IN. ADJUST BREAKER SIZES, FEEDER SIZES,DISCONNECTS AND STARTERS WHERE APPLICABLE, AT NO ADDITIONAL COST.

15. TESTS

.1 ALL PORTIONS OF ELECTRICAL WORK ARE TO BE TESTED FOR SATISFACTORY OPERATION.

.2 BEFORE ENERGIZING ANY PORTION OF THE ELECTRICAL SYSTEM, THE ELECTRICAL TRADE SHALL PERFORM MEGGER TESTS ON ALL FEEDERS ANDBRANCH CIRCUITS. ANY PROBLEMS DISCOVERED BY SUCH TESTING ARE TO BE CORRECTED BY THE ELECTRICAL TRADE AND THE CIRCUITS IN QUESTIONRETESTED. THE RESULTS OF ALL FINAL TESTING SHALL BE PROVIDED TO THE ENGINEER IN REPORT FORM.

.3 UPON PROJECT COMPLETION, AND IMMEDIATELY PRIOR TO FINAL INSPECTION AND TAKEOVER, THE ELECTRICAL TRADE SHALL CHECK THE LOADBALANCE ON ALL FEEDERS AND AT DISTRIBUTION CENTRES, LOAD CENTRES, AND PANELS. THESE CHECKS ARE TO BE CARRIED OUT BY TURNING ON ALLLOADS AND CHECKING LOAD CURRENT BALANCE. IF LOAD UNBALANCE EXCEEDS 15%, THE CIRCUITS ARE TO BE RECONFIGURED AS NECESSARY TOBALANCE THE LOADS.

16. PAINTING AND FINISHES

.1 ALL ELECTRICAL FITTINGS, SUPPORTS, HANGER RODS, PULLBOXES, CHANNEL FRAMES, CONDUIT RACKS, OUTLET BOXES, BRACKETS, AND CLAMPS ARETO HAVE A GALVANIZED FINISH OR A PAINT FINISH OVER CORROSION-RESISTANT PRIMER.

.2 ALL PANELS ARE TO BE FACTORY-FINISHED WITH SPRAY-ON AIR DRY ENAMEL. ALL ENAMEL TO BE APPLIED OVER CORROSION-RESISTANT PRIMER. MATTEOR FLAT TYPE FINISH PAINT WILL NOT BE ACCEPTED. ALL PANELS OR SIMILAR FACTORY-FINISHED UNITS THAT ARE SCRATCHED OR MARKED DURINGINSTALLATION ARE TO BE TOUCHED UP WITH MATCHING SPRAY-ON AIR DRY LACQUER AND, IF REQUIRED TO PROVIDE A SATISFACTORY JOB, TO BECOMPLETELY REFINISHED.

.3 ALL 120/208V PANELBOARDS, PULLBOXES, AND OTHER ELECTRICAL CABINETS AND BOXES ARE TO BE FINISHED IN GREY ENAMEL.

17. CONDUIT AND EMT

.1 WHERE REQUIRED BY THE CANADIAN ELECTRICAL CODE, ALL WIRE AND CABLE IS TO BE INSTALLED IN CONDUIT OR EMT. WHERE APPROVED, AC90 ORTECK90 MAY BE USED.

.2 UNLESS OTHERWISE NOTED, CONDUIT AND EMT ARE TO BE CONCEALED IN ALL FINISHED AREAS. IN SERVICE AREAS, CONDUIT AND EMT SHALL BE RUN ONSURFACE UNLESS INDICATED OTHERWISE.

.3 SURFACE MOUNTED CONDUIT AND EMT ARE TO BE INSTALLED PARALLEL TO STRUCTURAL LINES, AND, WHERE BENDS OCCUR IN PARALLEL RUNS, THEYSHALL BE CONCENTRIC.

.4 RACEWAYS ARE TO BE INSTALLED FREE FROM DENTS AND BRUISES AND SHALL HAVE THEIR ENDS CAPPED, PLUGGED, OR SEALED AS NECESSARY TOPREVENT ENTRANCE OF DIRT OR MOISTURE.

.5 IN ALL AREAS SUBJECT TO MOISTURE, WATERTIGHT FITTINGS MUST BE USED.

.6 ALL RACEWAY, EXCEPT WHERE OTHERWISE INDICATED, SHALL BE SIZED IN ACCORDANCE WITH THE CANADIAN ELECTRICAL CODE.

.7 TECK90 OR SEAL TIGHT FLEXIBLE CONDUIT IS TO BE UTILIZED FOR CONNECTIONS TO MOTORS AND MOTOR CONTROLLERS.

.8 ALL UNDERGROUND CONDUIT SYSTEMS ARE TO BE OF APPROVED RPVC SCHEDULE 40 CONDUIT, COMPLETE WITH INSTALLED BONDING CONDUCTOR, ANDINSTALLED AT OR BELOW THE DEPTH REQUIRED BY CODE. PROVIDE 150mm CLEAN SAND BEDDING ABOVE AND 75mm BELOW CONDUITS AND CONTINUOUSMARKING TAPE 300mm BELOW GRADE. PROVIDE SUITABLE BACKFILL AND COMPACTION.

18. EXPANSION JOINTS

.1 WHERE CONDUITS ARE INSTALLED IN CONCRETE SLABS OR CROSS STRUCTURAL EXPANSION JOINTS, AN APPROVED EXPANSION FITTING SHALL BEINSTALLED.

19. WIRE AND CABLE

.1 ALL BUILDING WIRING IS TO BE COPPER, EXCEPT WHERE NOTED OTHERWISE.

.2 A MINIMUM CONDUCTOR SIZE OF #12 AWG COPPER IS TO BE USED, EXCEPT WHERE NOTED OTHERWISE.

.3 ALL CONDUCTORS ARE TO BE COLOR CODED THROUGHOUT THE INSTALLATION AS FOLLOWS:- EQUIPMENT GROUNDING CONDUCTOR - GREEN- NEUTRAL CONDUCTOR - WHITE- 120/208V PHASE WIRES - RED, BLACK, AND BLUE

21. WIRING DEVICES & BOXES

.1 ALIGN ALL DEVICES AND PLATES PLUMB AND LEVEL WITH BUILDING STRUCTURAL LINES.

.2 ALL OUTLET BOXES ARE TO BE FLUSH MOUNTED EXCEPT WHERE SPECIFIED OTHERWISE.

22. LOCATION OF OUTLETS

.1 THE ENGINEER RESERVES THE RIGHT TO CHANGE THE LOCATION OF OUTLETS TO WITHIN 3 METRES OF POINTS INDICATED ON PLANS WITHOUT EXTRACHARGE, PROVIDED THE ELECTRICAL CONTRACTOR IS ADVISED BEFORE INSTALLATION IS MADE.

.2 ELECTRICAL TRADE TO REFER TO ARCHITECTURAL ROOM ELEVATIONS FOR POSITIONS, AND MOUNTING HEIGHTS OF ALL OUTLETS, SWITCHES,INTERCOMMUNICATION, TELEPHONES, SPEAKERS, CLOCKS, ETC. POSITIONS SHOWN ON ARCHITECTURAL PLANS TO TAKE PRECEDENCE OVER POSITIONSOR MOUNTING HEIGHTS SHOWN ON ELECTRICAL PLANS.

23. PULL BOXES

.1 THE ELECTRICAL TRADE SHALL SUPPLY AND INSTALL PULLBOXES AS REQUIRED TO SUIT JOB CONDITIONS. PULLBOXES SHALL CONFORM TO CANADIANELECTRICAL CODE REQUIREMENTS. PULLBOXES TO BE BE FINISHED IN ENAMEL OVER CORROSION-RESISTANT PRIMER WITH SCREW-ON OR HINGEDCOVER. IN REMOVABLE CEILING AREAS, PULLBOXES ARE TO BE INSTALLED ABOVE THE CEILING.

24. SWITCHES AND RECEPTACLES

.1 ALL SWITCHES AND RECEPTACLES SHALL BE SPECIFICATION GRADE IN WHITE UNLESS OTHERWISE NOTED. FACEPLATES SHALL BE HIGH IMPACT NYLONEXCEPT WHERE SHOWN AS WEATHERPROOF.

.2 DUPLEX RECEPTACLES, CSA TYPE 5-15R, OR 5-20R (AS INDICATED), 125V, SPECIFICATION GRADE U GROUND, WITH FOLLOWING FEATURES:.1 WHITE UREA MOULDED HOUSING (EXCEPT AS NOTED)..2 SUITABLE FOR NO. 10 AWG FOR BACK AND SIDE WIRING..3 BREAK-OFF LINKS FOR USE AS SPLIT RECEPTACLES..4 EIGHT BACK WIRED ENTRANCES, FOUR SIDE WIRING SCREWS OR PIGTAIL CONNECTIONS..5 DOUBLE WIPE CONTACTS AND RIVETED GROUNDING CONTACTS..6 ACCEPTABLE MANUFACTURERS: BRYANT, LEVITON, PASS & SEYMOUR

.3 SWITCHES SHALL BE 15A, 120V, SINGLE POLE, DOUBLE POLE, OR THREE-WAY SWITCHES AS INDICATED AND AS FOLLOWS:.1 MANUALLY OPERATED GENERAL PURPOSE COMMERCIAL SPECIFICATION GRADE AC SWITCHES AND WITH FOLLOWING FEATURES:.2 TERMINAL HOLES APPROVED FOR NO. 10 AWG 5MM2 WIRE..3 SILVER ALLOY CONTACTS..4 UREA OR MELAMINE MOULDING FOR PARTS SUBJECT TO CARBON TRACKING..5 SUITABLE FOR BACK AND SIDE WIRING..6 WHITE TOGGLE..7 TOGGLE OPERATED FULLY RATED FOR TUNGSTEN FILAMENT AND FLUORESCENT LAMPS, AND UP TO 80% OF RATED CAPACITY OF

MOTOR LOADS..8 PROVIDE CLEAR WEATHERPROOF COVERS FOR ALL SWITCHES INSIDE THE VEHICLE GARAGE..9 ACCEPTABLE MANUFACTURERS: BRYANT, LEVITON, PASS & SEYMOUR

.4 DUPLEX GFCI RECEPTACLES SHALL BE WEATHER RESISTANT 15A, 125V, COMPLETE WITH LED INDICATOR LIGHT.

.5 ARC FAULT CIRCUIT INTERRUPTER (AFCI) DUPLEX RECEPTACLES, RATED 15A OR 20A, 120 VOLTS.

.6 PROVIDE P-TOUCH LABELS FOR ALL RECEPTACLE LABELS.

.7 FOR ALL RECEPTACLES OTHER THAN STANDARD 15A DUPLEX RECEPTACLES, PROVIDE LAMACOID NAMETAGS GIVING AMP RATING, PHASE AND VOLTAGE.

.8 RECEPTACLES IN RESIDENTIAL APPLICATION MUST BE TAMPER PROOF, WHERE REQUIRED BY CANADIAN ELECTRICAL CODE.

.9 RECEPTACLES IN RESIDENTIAL APPLICATIONS MAY REQUIRE ACCESSIBLE MOUNTING HEIGHTS. CHECK LOCAL BYLAWS PRIOR TO ROUGH-IN AND INSTALLAT REQUIRED MOUNTING HEIGHT.

25. SUPPORTS

.1 ALL CONDUIT, RACEWAYS, AND OTHER ELECTRICAL EQUIPMENT SHALL BE SECURELY AND ADEQUATELY SUPPORTED, IN ACCORDANCE WITH THECANADIAN ELECTRICAL CODE.

.2 WHERE INSERTS ARE REQUIRED IN CONCRETE, EXPANSION INSERTS, LEAD INSERTS OR PLASTIC INSERTS ARE TO BE USED IN DRILLED HOLES. SHOTDRIVEN PINS MAY BE USED IN STRUCTURAL CONCRETE ONLY WITH THE PERMISSION OF THE ENGINEER.

26. GROUNDING AND BONDING

.1 A COMPLETE GROUNDING AND BONDING SYSTEM SHALL BE SUPPLIED AND INSTALLED IN ACCORDANCE WITH THE CANADIAN ELECTRICAL CODE AND THEELECTRICAL INSPECTION DEPARTMENT.

.2 ALL METAL PARTS NOT CARRYING CURRENT, INCLUDING BUT NOT LIMITED TO, SECONDARY FEEDER CIRCUITS, EQUIPMENT AND PANELBOARDENCLOSURES, METAL RACEWAYS, PULL AND JUNCTION BOXES, SHALL BE PROPERLY GROUNDED. METAL RACEWAYS SHALL UTILIZE DOUBLE LOCKNUTSAND OTHER FITTINGS WHERE NECESSARY TO PROVIDE GROUND CONTINUITY.

.3 A SEPARATE GROUND CONDUCTOR SHALL BE INSTALLED IN ALL RACEWAY FEEDER RUNS, FLEXIBLE CONDUIT, AND IN CONDUIT INSTALLED IN SLAB ORUNDERGROUND.

27. PANELS

.1 PROVIDE COMPLETE PANELBOARDS. UNLESS OTHERWISE INDICATED PANELBOARDS ARE TO BE 120/208V, 3PH, SOLID NEUTRAL DESIGN WITH SEQUENCESTYLE BUSSING AND FULL CAPACITY NEUTRAL WITH BOLT-ON CIRCUIT BREAKERS. WHERE DOUBLE NEUTRALS ARE INDICATED ON THE SINGLE LINEDIAGRAM, PROVIDE 200% RATED NEUTRAL PANELBOARDS.

.2 PROVIDE ALL CIRCUIT BREAKERS INDICATED PLUS A MINIMUM OF 2x15A-1P IN EACH PANEL. CIRCUIT BREAKERS TO BE RATED MINIMUM 10kA I.C. UNLESSOTHERWISE INDICATED.

.4 PANELS ARE TO BE SURFACE MOUNTED. ALL COMPLETE WITH ALL TRIM, LOCKABLE DOORS AND INSTALLATION HARDWARE.

.5 UPDATED TYPEWRITTEN PANEL DIRECTORIES SHALL BE PROVIDED FOR ALL PANELS.

.7 BALANCE PANEL LOAD FOR EACH PHASE A, B AND C. ALLOW FOR RELOCATING CIRCUITS WITHIN PANEL BOARD TO BALANCE THE LOAD.

28. IDENTIFICATION

.1 IDENTIFY ALL MAJOR PIECES OF EQUIPMENT, INCLUDING BUT NOT LIMITED TO PANELBOARDS, ELECTRICAL CABINETS, AND BREAKERS IN PANELBOARDSWITH ENGRAVED LAMACOID LABELS, BLACK LETTERING ON WHITE BACKGROUND.

.2 PROVIDE TYPEWRITTEN DIRECTORIES IN ALL PANELS.

.3 PROVIDE LAMACOID NAMEPLATE ON EACH PANEL COVER TO IDENTIFY PANEL NAME, NUMBER OF PHASES, VOLTAGE, CURRENT RATING AND SOURCE OFFEEDER.

.4 IDENTIFY BRANCH CIRCUIT WIRES TO MEET CODE REQUIREMENTS.

29. ALTERNATE SEPARATE PRICE

.1 ALL REQUESTS FOR ALTERNATES SHALL BE SUBMITTED TO THE ENGINEER NOT LESS THEN 5 DAYS PRIOR TO THE CLOSE OF TENDER.

.2 THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ENSURING THAT ALTERNATE PRODUCTS MEET ALL SPACE, WEIGHT, CONNECTION, POWER,WIRING, AND PERFORMANCE REQUIREMENTS.

30. POWER DISTRIBUTION

.1 INSTALL A COMPLETE POWER DISTRIBUTION SYSTEM INCLUDING UNDERGROUND CONDUIT, SERVICE CONNECTIONS, GROUNDING, DISTRIBUTIONEQUIPMENT, AND PANELBOARDS.

31. UNDERGROUND SERVICES

.1 A POLE MOUNTED TRANSFORMER AND POLE FOR THE SERVICE TO THE KIOSK WILL BE PROVIDED BY BC HYDRO.

32. SERVICE ENTRANCE

.1 PULL BOX IN ACCORDANCE WITH BC HYDRO REQUIREMENTS.

.2 MAIN BREAKER TO BE RATED 208V, 200A, WITH MINIMUM 10kA INTERRUPTING CAPACITY.

33. HOUSE METER

.1 TO BE INSTALLED IN ACCORDANCE WITH ALL BC HYDRO REQUIREMENTS.

34. OPERATING AND MAINTENANCE MANUALS

.1 SUBMIT THREE (3) SETS OF OPERATING AND MAINTENANCE MANUALS FOR ELECTRICAL SYSTEMS PROVIDED IN THIS CONTRACT. INCLUDE DESCRIPTIVEAND TECHNICAL DATA, ALL SHOP DRAWINGS, OPERATING PROCEDURES, ROUTINE AND PREVENTATIVE MAINTENANCE, WIRING DIAGRAMS, SPARE PARTSLIST, WARRANTIES, SERVICE COMPANIES, SUPPLIERS OF REPLACEMENT PARTS, TEST RESULTS, FIRE ALARM CERTIFICATE OF VERIFICATION, ELECTRICALINSPECTION AUTHORITY CERTIFICATE AND CONTRACT GUARANTEE.

.2 SUBMIT DOCUMENTATION IN GREEN COLOURED HEAVY DUTY THREE RING BINDERS, WITH LETTERING ON SPINE IDENTIFYING: "OPERATING ANDMAINTENANCE MANUAL", PROJECT TITLE AND SYSTEM NAMES.

.3 SUBMIT ONE COPY FOR APPROVAL BY CONSULTANT PRIOR TO ASSEMBLY OF FINAL SETS.

RFP 2017 Electric Vehicle Fast Charging Station: Supply and Install

Appendix 2: Risk Management – Contract Services Policy

Policy 5.4 File No. 2510-00

October 25, 2004 Amended March 25, 2013

Risk Management-Contract Services Policy

1. Any person or organization that contracts with the District of Sooke toprovide services to or on behalf of the District must provide proof to theDistrict that the following minimum requirements have been met:

a) proof of liability insurance coverage with a minimum value of$5,000,000;

b) certificate indicating that the individual or organization has an activeWCB account that covers any and all persons who will be providingcontracted services to or for the District of Sooke; and

c) proof of applicable credentials.

2. Copies of the above documentation must be received prior to thecommencement of services.

3. The document submitted for insurance coverage must indicate the type ofcoverage and expiry date.

4. Preference is for the District of Sooke to be named as an additionalinsured in the liability insurance document.

Note: An individual contracted to provide coverage for the following positions is not covered by the District’s errors and omissions policy:

Chief Administrative Officer Corporate Officer Director of Finance Municipal Engineer Municipal Planner Building Official