Loading...
HomeMy WebLinkAboutBID - 8027 ELECTRONIC VEHICLE SUPPLY EQUIPMENTINVITATION TO BID 8027 ELECTRIC VEHICLE SUPPLY EQUIPMENT BID OPENING: 3:00 P.M. (our clock), November 18, 2014 The City of Fort Collins is requesting bids from firms for electric vehicle supply equipment. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note that additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), November 18, 2014. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit bids in response to all invitations. No individual or businesses will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. Questions regarding the bid should be directed to Pat Johnson, Senior Buyer at (970)221-6816 or pjohnson@fcgov.com. All questions must be submitted in writing via email, no later than 3:00 PM our clock on November 12, 2014. Questions received after this deadline will not be answered. A copy of the Bid may be obtained at www.rockymountainbidsystem.com. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for bid opening. Once bids have been accepted by the City and bid opening has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a minimum period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications and agreement template initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids received by the Purchasing Office prior to the bid opening date and time will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default of any obligation to the City. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing 8027 Electrical Vehicle Supply Equipment 2 Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. New Vendors: The City requires new vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results will be posted online at www.rockymountainbidsystem.com. Gerry S. Paul Director of Purchasing and Risk Management 8027 Electrical Vehicle Supply Equipment 3 FIRM NAME:_____________________________ CITY OF FORT COLLINS BID 8027 ELECTRIC VEHICLE SUPPLY EQUIPMENT The below quantity is an estimated annual volume and not a guarantee to purchase. QUANTITY: DESCRIPTION: 5 ea Station, electric vehicle supply equipment, single pedestal mount, Level 2 - 208-240 VAC input & output, 7.2 kW maximum electrical demand, shall include SAE J1772 charging coupler. Shall meet requirements in material specification 9020-7800. Specifications The City of Fort Collins Utilities Specification is attached as part of this bid document. All bidders must provide drawings and written documentation detailing product specifications for the items being bid. Size of the unit(s) and user interface shall be detailed in the specification. Delivery The City of Fort Collins desires to have the EVSE’s delivered prior to December 15, 2014. Bidders shall provide their expected delivery date on the attached bid schedule. Delivery of the EVSE’s shall be to: Fort Collins Utilities 700 Wood Street Fort Collins, CO 80521 Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in pricing submitted on the bid schedule and not entered as separate pricing. *Any surcharges or additional costs shall be noted & included in bid submittal. Contract The City of Fort Collins intends to award via a purchase order. The City’s Purchase Order Terms and Conditions are attached to this bid document. Any exceptions must be noted in the bid submittal. Award For purposes of warranty and service ONLY approved/conditionally approved manufacturers or distributors may bid. See attached Spec 9020-7800 for details. The City of Fort Collins reserves the right to split the bid in whatever percentages are most advantageous to the City. Award will be made based on the price of the unit(s), with size, delivery date and other factors considered. Future orders of Electrical Vehicle Supply Equipment may be authorized, at the option of the City, from this bid for a period of five years after bid due date. Satisfactory pricing and delivery is required for future orders based on this bid. 8027 Electrical Vehicle Supply Equipment 4 Exhibit A BID NO. 8027 ELECTRIC VEHICLE SUPPLY EQUIPMENT BID SCHEDULE WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR Electric Vehicle Supply Equipment, PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS. QUANTITY DESCRIPTION UNIT COST EXPECTED DELIVERY DATE 1-5 EACH Single Pedestal EVSE design The EVSE being bid meet or exceed the specifications. _______ Yes ______No. If not, please list exceptions (specifying paragraph reference number) on a separate sheet of paper and attach to your bid. Price of the EVSE shall be held firm for a minimum period of 45 days. Utilities prefers a longer fixed firm pricing period of one year. Length of time price will be held? Escalation is _____, is not _____ applicable for the EVSE bid. If escalation applies, the bidder shall indicate in the bid the specific items or materials subject to escalation, and shall give the method and indices to be used in computing the amount thereof. Escalation occurring after the quoted delivery date will not be paid unless delays are the result of actions by the City. Escalation occurring after acceptance of order, if purchaser exercises the option to delay shipment after manufacturing is completed, will not be paid. 8027 Electrical Vehicle Supply Equipment 5 EXHIBIT B BID ACKNOWLEDGEMENT Contractor hereby acknowledges receipt of the City of Fort Collins Utilities’ Bid and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the Bid. Additionally, the Contractor hereby makes the following representations to Utilities: a. All of the statements and representations made in this proposal are true to the best of the Contractor’s knowledge and belief. b. The Contractor has obtained all necessary authorizations and approvals that will enable the Contractor to commit to the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 45 days at a minimum or the firm fixed price period as quoted in the bid schedule, from the date hereof. d. I further agree that the method of award is acceptable to my company. e. I acknowledge receipt of addenda. Contractor Firm Name: Physical Address: Remit to Address: Phone: Authorized Agent of Firm Name: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: 8027 Electrical Vehicle Supply Equipment 6 FEDERAL REQUIREMENTS Access to Records: Contractor agrees to provide access to its books, documents, papers, and records to the extent such are subject to inspection under applicable law for the purpose of audit, examination, excerpts, and transcriptions. Record Retention: Contractor shall retain all records for the greater of five years or for so long as such records pertain to any disputes or other pending matters. Clean Air Act: Contractor will comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). Energy Policy and Conservation Act: Contractor will comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94–163, 89 Stat. 871). Lobbying Restrictions: By accepting funds under this award, you agree that none of the funds obligated on the award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. No Obligation by the Federal Government: The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by DOE. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Federal Changes: Subject to Pricing and Time Schedule as provided below, Contractor shall at all times comply with all applicable DOE regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Grant Agreement between City and DOE, as they may be amended or promulgated from time to time during the term of this contract. Pricing and Time Schedule: The price(s) and time schedule(s) set forth herein are based on applicable laws, rules, regulations, orders or requirements of governmental authorities and other applicable codes and standards effective on the day prior to the date of Contractor’ bid, 8027 Electrical Vehicle Supply Equipment 7 proposal, quote or other response to the City’s initial solicitation or inquiry. Any change to any law, rule, regulation, order, code, standard or requirement (including any changes in application or interpretation thereof) which requires any change or addition to the work hereunder shall entitle Contractor to an equitable adjustment in the Agreement price(s) and time schedule(s). Early Termination by City: Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. In the event of any such early termination by the City, the Contractor shall be paid for all services performed prior to the date of termination including a reasonable profit margin on such services and for all reasonable costs arising from such termination Such payment shall be the Contractor's sole right and remedy for such termination Disputes: The parties shall make a diligent, good faith attempt to resolve by negotiation all disputes arising out of or in connection with this Agreement. If such negotiation is unsuccessful within a period of forty- five (45) days, the parties shall make a diligent, good faith attempt to settle the dispute by mediation. If such mediation is unsuccessful within a reasonable period of time, either party may submit any unresolved dispute to arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association. Any such arbitration shall be conducted in Denver, Colorado, by the Regional Office of the American Arbitration Association. Any award shall be final and binding, and may be entered into a court of competent jurisdiction for enforcement. Performance during Dispute: Unless otherwise directed by City, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages: Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies: The laws of the State of Colorado shall govern the validity, interpretation and enforcement of this Agreement. Assignment may be made only with the written consent of both parties; provided, however, that Contractor may assign to its affiliate without consent. Venue for the resolution of any dispute requiring court action shall be in U.S.Federal Court in Denver, Colorado. Rights and Remedies: The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty 8027 Electrical Vehicle Supply Equipment 8 afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. City of Fort Collins Bid Protest Procedures: The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775. In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses may apply to purchase orders awarded as a result of this bid. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 5%. The agency’s overall goal for DBE participation is 5.0 %. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race- neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the City of Fort Collins. In addition, Contractor is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor’s work by the City of Fort Collins and contractor’s receipt of the partial retainage payment related to the subcontractor’s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8027 Electrical Vehicle Supply Equipment 9 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. ADA ACCESS Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 CFR Part 37; and Joint ATBCB/DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB’s “Americans with Disabilities Act Accessibility Guidelines” (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. 8027 Electrical Vehicle Supply Equipment 10 Purchase Order Terms and Conditions 1. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written instructions from the City of Fort Collins. Inspection. GOODS are subject to the City of Fort Collins inspection on arrival. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in authorized payment on the part of the City of Fort Collins. However, it is to be understood that FINAL ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. Freight Terms. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522, unless otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight bill must accompany invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when shipments are made from greater distance. Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules and requirements. Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full and complete authority to bind said parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptance of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence, such acts of God, acts of civil or military authorities, governmental priorities, fires, strikes, flood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make good, without cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials furnished by the Seller. Acceptance or use of goods by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 8027 Electrical Vehicle Supply Equipment 11 THE CITY OF FORT COLLINS UTILITIES Electric Department P.O. Box 580 Fort Collins, CO 80522 SPECIFICATION NO: 9020-7800 ELECTRIC VEHICLE SUPPLY EQUIPMENT UPDATED BY: Adam Bromley Senior Electrical Engineer APPROVED BY: Kraig Bader Standards Engineering Manager ORIGINATED: 29 March 2013 2 9020-7800 REVISION DESCRIPTIONS REVISION DESCRIPTION APPROVED 3 9020-7800 TABLE OF CONTENTS REVISION DESCRIPTIONS .......................................................................................................................... 2 1. SCOPE .............................................................................................................................................. 4 2. APPLICABLE DOCUMENTS ............................................................................................................ 4 3. ELECTRICAL REQUIREMENTS ...................................................................................................... 4 4. PROTECTION REQUIREMENTS ..................................................................................................... 4 4.1 CHARGING COUPLER & CABLE ................................................................................................ 4 4.2 GROUND FAULT PROTECTION ................................................................................................. 5 4.3 OVERCURRENT PROTECTION .................................................................................................. 5 5. OPERATING REQUIREMENTS ....................................................................................................... 5 5.1 ENVIRONMENTAL CONDITIONS ................................................................................................ 5 5.2 CHARGING CONTROL ................................................................................................................ 5 5.3 EVSE INDICATORS ..................................................................................................................... 5 6. EVSE DESIGN REQUIREMENTS .................................................................................................... 5 6.1 COUPLER ..................................................................................................................................... 6 6.2 CABLE ........................................................................................................................................... 6 6.3 EVSE ............................................................................................................................................. 6 6.3.1 General ...................................................................................................................................... 6 6.3.2 Coupler Holster ......................................................................................................................... 6 6.3.3 Cable Management ................................................................................................................... 6 6.3.4 User Interface ............................................................................................................................ 6 6.3.5 Point-of-Sale Capability ............................................................................................................. 6 6.3.6 Dimensions ................................................................................................................................ 7 6.3.7 Metering Capabilities ................................................................................................................. 7 7. QUALITY ASSURANCE ................................................................................................................... 7 7.1 GENERAL ..................................................................................................................................... 7 7.2 QUALIFICATION TESTS .............................................................................................................. 7 8. PREPARATION FOR DELIVERY ..................................................................................................... 7 APPENDIX A – Approved Manufacturers ...................................................................................................... 8 4 9020-7800 Specification for Electric Vehicle Supply Equipment 1. SCOPE This specification establishes the minimum requirements for a 208-240 VAC (Volt alternating current) or Level 2 electric vehicle supply equipment (EVSE), commonly called a charging station, purchased by the City of Fort Collins Utilities Electric Department. The Level 2 “charging station” is more accurately described as Electric Vehicle Supply Equipment as the Electric Vehicles receiving power from such stations will have their own on-board charger. When referenced as a whole unit, a “charging station” shall be referred to as “EVSE”. 2. APPLICABLE DOCUMENTS In addition to the requirements stated in this Specification, all EVSE shall be new and shall conform to the following standards:  NFPA 70: National Electrical Code (NEC) 2011, Article 625  Society of Automotive Engineers (SAE) J1772, October 2012 – All sections applicable to AC charging In case of conflict, the requirements of the following documents shall apply in the priority shown: This Specification Referenced NFPA and SAE Standards 3. ELECTRICAL REQUIREMENTS Electrical requirements listed in Table 1 assume a single pedestal EVSE design; double pedestal designs’ are not acceptable unless specifically requested in a bid. Electrical ratings for double pedestal units shall require specific review and approval by Fort Collins Utilities Standards Engineering Division. Table 1 Electrical Ratings – Input/Output Maximum Electrical Demand 7.2 kW Allowable Voltage Range 208 - 240 VAC Maximum Current 32 A 4. PROTECTION REQUIREMENTS 4.1 CHARGING COUPLER & CABLE EVSE shall have a means to automatically de-energize the charging coupler and cable as described in section 625.19 of the 2011 NEC. EVSE shall be able to automatically de-energize the charging coupler and cable if the coupler is disconnected from the electric vehicle while charging as described in the Proximity Detection section 4.2.2 of standard SAE J1772 – October 2012. 5 9020-7800 4.2 GROUND FAULT PROTECTION EVSE shall have a 20 mA ground fault detecting charge circuit interrupting device (CCID); any deviation from this standard shall be specifically reviewed and approved by Fort Collins Utilities Engineering Standards Division. 4.3 OVERCURRENT PROTECTION EVSE should have overcurrent protection in order to prevent nuisance trips on the branch circuit feeding the EVSE. This protection shall coordinate with a typical 40 A double pole breaker. 5. OPERATING REQUIREMENTS 5.1 ENVIRONMENTAL CONDITIONS The EVSE at a minimum shall be able to operate normally under the following ambient temperatures: -30°C to 50°C (-22°F to 122°F). The EVSE at a minimum shall operate normally under Relative Humidity levels up to 95%. The EVSE at a minimum shall operate normally at elevations up to 5,500 feet above sea level. 5.2 CHARGING CONTROL The EVSE shall have built-in circuitry that allows or disallows energizing of the charging cable and coupler depending on the state of the coupler. The control circuitry, logic, and functionality shall meet requirements described in section 4.2 of standard SAE J1772 – October 2012. Any deviation from these requirements shall be documented and supplied by the manufacturer before purchase and must be specifically reviewed and approved by Fort Collins Utilities Engineering Standards Division. 5.3 EVSE INDICATORS The EVSE shall have visual indicators that will, at minimum, easily alert personnel to the following conditions:  AC voltage is present at the EVSE (i.e. there is an indication that the EVSE is operational and can be used to charge an electric vehicle)  The EVSE coupler and cable are energized, indicating that an electric vehicle connected to the EVSE is receiving power from the EVSE  There is a fault present that has resulted in the charging functionality of the EVSE being disabled. 6. EVSE DESIGN REQUIREMENTS Any EVSE equipment that does not meet the requirements listed in section 6 shall be clearly documented as such and supplied by the manufacturer during the bid process (before purchase) and must be specifically reviewed and approved by Utilities Engineering Standards Division. 6 9020-7800 6.1 COUPLER Design of the charging connector, or coupler, shall comply with sections 625.16 and 625.18 of the NEC and with sections 4.7, 5.7, and Appendix B of standard SAE J1772 – October 2012. 6.2 CABLE The electrical cable connecting the unit to the electrical coupler shall meet requirements described in section 625.17 of the 2011 NEC. 6.3 EVSE 6.3.1 General The EVSE at a minimum shall be rated for installation in an outdoor environment consistent with NEMA 3R requirements. The EVSE unit shall be manufactured using materials that are resistant to corrosion from water and road deicers such as Magnesium Chloride. 6.3.2 Coupler Holster There shall be a means located on the EVSE to holster the coupler during periods of inactivity. This holster shall utilize the coupler interlock in order to keep the coupler at rest while the EVSE is not in use. 6.3.3 Cable Management There shall be a means located on the EVSE in order to manage the cable in an organized manner while the EVSE is not in use. Acceptable cable management techniques include a bracket where the cable could be hung or coiled or a retractable system that would store the cable inside the EVSE unit. Both types of cable management are intended to keep the cable off the ground during periods of inactivity. 6.3.4 User Interface The EVSE shall have a user interface, such as an LCD screen with a touch pad or an interactive touch screen. This user interface shall have the ability to display pertinent information such as operating and purchasing instructions, important messages or alerts, energy usage and duration of charge event, and charging status. 6.3.5 Point-of-Sale Capability The EVSE shall have the ability to accept credit card transactions for each charge event that it serves. This capability shall work in conjunction with the EVSE metering capabilities, user interface, credit card reader, and wireless or cellular communications utilized by the unit. 6.3.5.1. The EVSE shall have secure wireless or cellular communications integral to the unit that can communicate credit card transactions through credit card networks. 6.3.5.2. The EVSE shall have the ability to read credit cards via a card swipe, contactless card reader, or equivalent technology. 7 9020-7800 6.3.5.3. All documentation regarding point-of-sale capabilities of the proposed EVSE shall accompany the vendor’s bid. 6.3.6 Dimensions Physical dimensions of the proposed EVSE unit shall accompany the vendor’s bid. 6.3.7 Metering Capabilities The EVSE shall have utility grade metering capabilities that meet the requirements contained in ANSI C12.20 – American National Standard for Electricity Meters. 6.3.7.1. The energy use data measured by the EVSE utility grade meter shall be able to store data internally. 6.3.7.2. The EVSE shall have a means to extract internally stored data. Documentation of the process to extract stored data shall accompany the vendor’s bid. 7. QUALITY ASSURANCE 7.1 GENERAL The vendor is responsible for the functionality of the EVSE unit upon delivery to the City of Fort Collins Utilities. Any noticeable defects or variations from approved material upon inspection shall result in rejection of delivery and all shipping return costs shall be the responsibility of the vendor. 7.2 QUALIFICATION TESTS EVSE shall be tested in accordance with and shall meet the requirements specified in the following UL standards regarding electric vehicles and their supply equipment:  UL 62 – Standard for Safety of Electric Vehicle Cable  UL 2202 – Standard for Safety of Electric Vehicle (EV) Charging System Equipment  UL 2231-1, -2 – Standard for Safety of Personnel Protection Systems for EV Supply  UL 2251 – Standard for Safety of Plugs, Receptacles, and Couplers for EVs UL Subject 2594 – Subject Standard for Safety of Electric Vehicle (EV) Supply Equipment 8. PREPARATION FOR DELIVERY EVSE units shall be packaged in such a way as to provide for ease of handling and to protect units from shipping damage. Units shall be packaged on two-way pallets or four- way universal pallets with a 30-inch minimum opening (to accommodate minimum fork spacing) and loaded on the truck that accommodates removal by forklift. In addition to these requirements, the Supplier shall comply with any additional requirements or modifications shown on the purchase order and/or supplemental instructions. 8 9020-7800 APPENDIX A – Approved Manufacturers EVSE units purchased under this Specification shall be of the make shown below. Manufacturers not listed below may submit written proposals demonstrating compliance with these Specifications for consideration of addition to the accepted manufacturer list prior to the next request for bids. In addition to inclusion on the list below, manufacturer's equipment must also satisfy all requirements of this Specification to be acceptable. Approved manufacturers must have constructed and submitted prototype units for inspection and deemed satisfactory by the Fort Collins Utilities Electric Department. APPROVED MANUFACTURERS The manufacturers in the following list have been conditionally approved and may bid as an alternate. The definition and intent of "Conditional Approval" of a manufacturer is to allow the Utilities to gain some experience with the manufacturer's product. Should a conditionally approved manufacturer be the evaluated low bidder, Utilities reserves the right to award all, part, or none of the order to them, dependent upon the current needs of the Utility for that item or items. CONDITIONALLY APPROVED MANUFACTURERS AeroVironment, Inc. ClipperCreek, Inc. Coulomb Technologies – ChargePoint Eaton ECOtality, Inc. – Blink General Electric Schneider Electric 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects the amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the goods then not shipped, subject to any equitable adjustment between the parties as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written consent of the other party. 10. TITLE. The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims of others. 11. NONWAIVER. Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goods hereunder or approval of the design, shall not release the Seller of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the purchaser to insist upon strict performance hereof or any of its rights or remedies as to any such goods, regardless of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms hereof. 12. ASSIGNMENT OF ANTITRUST CLAIMS. Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact borne by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services purchased or acquired by the Purchaser pursuant to this purchase order. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such party. The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract, and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipment or part is enjoined, the Seller shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but non-infringing equipment, or modify it so it becomes non-infringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of terms used or the interpretation of the agreement and the rights of all parties hereunder shall be construed under and governed by the laws of the State of Colorado, USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Representative(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Seller's final completion and acceptance, complete the work at Seller's own expense and to the satisfaction of the Purchaser. When materials and equipment are furnished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being furnished by the Seller under the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limits of at least $300,000 for any one person, $500,000 for any one accident and property damage limit per accident of $400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Purchasers officers, agents and employees from and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said parties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, furnish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto.