HomeMy WebLinkAboutEV Charging Infrastructure - Scope Of Work
RFP 8297: EV Charging Infrastructure Page 1 of 4
RFP 8297 – Electric Vehicle Charging Infrastructure
Scope of Work
The City is seeking a provider to supply Electric Vehicle (EV) Charging Infrastructure services on
an as needed basis.
I. INTRODUCTION:
The City of Denton (City), a home-rule city of the State of Texas, is requesting to select a
provider with demonstrated experience in providing EV Charging Infrastructure. The awarded
provider shall have the ability to accomplish all aspects of the requested services. The
responses shall be submitted to the City of Denton in a sealed submission.
II. EXPECTATIONS DURING AND AFTER CONCLUSION OF RFP AWARD:
The City wants to work with the successful provider for seamless start-to-finish project
completion. RFP submissions and subsequent documentation will comply with all Federal,
State, County and City laws, regulations, and licensing. The successful provider will provide
a competent and experienced contract administration liaison to work with the City and any
selected contractor(s). Deliverables and specific project scopes will be determined in writing
for each project awarded.
To award projects, it is the intent of the City to issue a Task Order that defines the scope of
work, project dates, project contacts, etc.
III. RESPONSIBILITIES:
a. PROVIDER:
The successful provider shall perform all necessary actions as defined by each awarded Task
Order that results from this RFP. Unit prices identified in this RFP will be used when assigning
projects under the future contract.
b. CITY:
Similar to the Provider’s responsibilities above, the City shall perform all necessary actions as
defined by each Task Order as a result of this RFP.
IV. PRICING:
This contract is for EV Charging Infrastructure. The City will select a provider based on
demonstrated competence and qualifications along with pricing to perform the services
described in this RFP.
Compensation will be based on the agreed upon prices included with this RFP. Upon
completion of the work, the Contractor will provide electronic files as requested by the City.
Payment will be made upon receipt and acceptance of deliverables as negotiated.
Accepted negotiated prices must remain firm for the entire contract period, including any
periods of extension or renewal. At the time of any renewal or extension of the contract, the
city or the provider may request a price adjustment based upon the economy. All requests for
a price adjustment must include detailed documentation and rationale to support the
requested adjustment. The party to whom a request for price adjustment is made may, in its
sole discretion, accept or reject the request. Any price adjustment must be mutually agreed
upon in writing by the parties and shall be effective for the applicable renewal term.
RFP 8297: EV Charging Infrastructure Page 2 of 4
V. QUALIFICATIONS:
Interested providers must submit a summary of the Provider’s qualifications as outlined in this
section and throughout the scope of work.
• Each Provider shall provide a detailed description of each type of charging
infrastructure to include at a minimum:
o Level 1 Chargers – 120 V
o Level 2 Chargers – 240 V
o DC Fast Chargers – 480+ V
• Each Provider shall detail the lead time for each type of charger.
• Each Provider shall detail the electric needs for each piece of charging infrastructure
listed above to include at a minimum amperage and voltage (e.g., 20 A and 120V AC).
• Each Provider shall provide details on the Mobile Device Application Software abilities.
The preferred abilities include user specific tracking, user vehicle unit number tracking,
power transfer quantity, waitlist or queuing of vehicles, remote notification when
vehicle is fully charged, external users (tied to a credit card or similar), and variable
charging rate (e.g., adjust charging to reduce the strain on the grid), and system lock
out (e.g., no charging allowed during set time periods).
• Each Provider shall clearly detail the warranty on provided equipment.
• Each Provider shall clearly detail how repairs would be addressed (e.g., cracked
information screen, charging cable crack, etc.).
VI. SCOPE OF WORK
Qualifications are being accepted by the City of Denton for the provision of EV charging
infrastructure on an as-needed basis. A qualified Provider will be contracted to the City of
Denton to perform:
EV Charging Infrastructure including:
▪ Level 1 – 120 V (i.e., exterior building wall, parking lot light, stand-alone pedestal)
o Single user (i.e., use of source by one user or one port)
o Multi-user (i.e., use of source by more than one user, dual-port, multi-port)
▪ Level 2 – 240 V (i.e., exterior building wall, stand-alone pedestal)
o Single user (i.e., use of source by one user or one port)
o Multi-user (i.e., use of source by more than one user, dual port, multi-port)
▪ DC Fast Charging – 480+ V (i.e., stand-alone pedestal)
o Single user (i.e., use of source by one user, one port)
o Multi-user (i.e., use of source by more than one user, dual port, multi-port)
▪ Mobile Device Application Software for activating charging:
o For City of Denton employees, able to track the employee ID, vehicle unit
ID, unique cost account, and usage.
o For External customers, able to provide seamless billing of customer for
their usage.
RFP 8297: EV Charging Infrastructure Page 3 of 4
VII. SELECTION CRITERIA:
The City will select the most highly qualified Provider responding to the request, based upon
demonstrated competence, pricing and the submission. The Proposals will be evaluated by
qualitative measures and will be weighted as follows:
FACTOR WEIGHT
1. Provider’s EV Infrastructure Products
Capability to meet the Scope of Work
30 Points
2. Provider’s Software Capability to meet the
Scope of Work
30 Points
3. Provider’s Pricing 30 Points
4. Provider’s Work History with Local
Government
5 Points
5. Reference Letters/Client Letters 5 points
TOTAL 100 Points
RFP 8297: EV Charging Infrastructure Page 4 of 4
ATTACHMENT A
SUBMITTAL ORGANIZATION
1. Primary office location where most of the work on the project(s) will be performed and the
approximate number of employees in that office.
2. Narrative as to the Provider’s product selection for: Level 1, Level 2, and DC Fast Chargers.
Narrative should clearly explain installation options such as wall mount, stand-alone pedestal,
and other options. Narrative should clearly detail port types and expected charging rates.
3. Warranty Discussion. Provider should clearly detail the parts and labor warranties for the
products to be offered. Discussion shall include response time for warranty repairs.
4. Repair & Maintenance. Provider shall clearly detail how general maintenance will be
performed including response time. Repairs shall clearly be explained such as damaged
cable or port including response time.
5. Mobile Device Application Software discussion regarding user specific tracking, user vehicle
unit number tracking, power transfer quantity, waitlist or queuing of vehicles, remote
notification when vehicle is fully charged, external users (tied to a credit card or similar), and
variable charging rate (e.g., if the unit is at 90% then charge at a lower intensity to reduce the
strain on the grid), and system lock out (e.g., no charging allowed during set time periods).
The City currently uses FASTER Asset Solutions for fleet tracking, how will the Provider’s
software integrate with FASTER regarding users, units, and accounts.
Explain if the software has any subscription fees and how those fees are charged (i.e., per
user, per a range of users, monthly charge, annual charge).
6. Reference letters from clients (maximum of three). Each letter shall be limited to a maximum
of two pages. One reference should be from a municipal government.
7. Completed price list.