View original fileCITY OF TUMWATER REQUEST FOR QUOTE LEVEL 2 ELECTRIC VEHICLE (EV) CHARGING STATION INSTALLATION
AT WATER RESOURCE & SUSTAINABILITY (WRS) OFFICE I. PURPOSE OF REQUEST The City of Tumwater (“City”) is requesting quotes for the purpose of Level 2 EV charging station at WRS Office. The City’s needs are outlined in the following Request for Quotes (“RFQ”). II. TIME SCHEDULE The City will follow the following timetable, which should result in a selection of a contractor by March 30, 2026. Issue RFQ February 22, 2026 Site Visit March 2 - 5 , 2026 Deadline for Questions March 5, 2026 Deadline for Submittal of Quotes March 19, 2026 at 5:00 p.m. PST Notify Contractor Chosen March 30, 2026 III. INSTRUCTIONS TO PROPOSERSA.All quotes shall be sent by email to:Alyssa Jones Wood, SustainabilityManager ajoneswood@ci.tumwater.wa.us (360) 754- 4140 Or ATTN: Alyssa Jones Wood,Sustainability Manager City of Tumwater 555 Israel Rd. SW Tumwater, WA 98501 (360) 754- 4140 Ajoneswood@ci.tumwater.wa.us B. Please email one copy of your quote to Alyssa Jones Wood, ajoneswood@ci.tumwater.wa.us with the subject line: “Quote for EV Charging Stations - WRS office.” No faxed or telephone statements will be accepted. Email is the preferred submittal method. If you do not have access to email, one hardcopy original may be mailed to the address above. C. Quotes should be prepared simply and economically,providinga straightforward,concise description of provider capabilities to satisfy the requirements of the request. Emphasis should be on completeness and clarity of content. If submitting a physical copy, special bindings, colored displays, promotional materials, etc., are not desired.Use of both sides of recyclable paper sheets for any physical submittals to the City is desirable whenever practicable. D. The Sustainability Manager or representative will notify the contractor selected by March 30, 2026. E. All quotes must include the following information: Examples of your firm’s experience installing EV chargers. A proposed outline of tasks, products and project schedule, including the number of hours required to complete each task or product. A proposed budget based on the above outline of tasks, products and schedules. References. III. SELECTION CRITERIA. Factor Weight Given
1. Responsiveness of the written proposal to the purpose and scope of service. 50% 2. Price. 50%
Total Criteria Weight 100%
Each quote will be independently evaluated on factors 1 through 2. IV. TERMS AND CONDITIONS. A. The City reserves the right to reject any and all quotes, and to waive minor irregularities in any quote. B. The City reserves the right to request clarification of information submitted, and to request additional information from the contractor. C. The City reserves the right to award the contract to the next most qualified contractor, if the successful contractor does not execute a contract within thirty (30) days after the award of the quote. D. Any quote may be withdrawn up until the date and time set above for opening of the quotes.Any quote not so timely withdrawn shall constitute an irrevocable offer, for a period of ninety (90) days to sell to the City the services described in the attached specifications, or until one or more of the quotes have been approved by the City administration, whichever occurs first. E. The contract resulting from acceptance of a quote by the City shall be in a form supplied or approved by the City, and shall reflect the specifications in this RFQ. A copy of the contract is available for review.The City reserves the right to reject any proposed agreement or contract that does not conform to the specifications contained in this RFQ, and which is not approved by the City Attorney’s office. F. The City shall not be responsible for any costs incurred by the contractor in preparing, submitting or presenting its response to the RFQ. VI. SCOPE OF SERVICES/SPECIFICATIONS This project includes the design engineering, permitting, installation, and commissioning of one dual-port Level 2 EV charging station. The City already owns the charging station, a Blink Series 7 dual-port charger and pedestal. The installation location is at the South Puget Sound Community College Campus Building 32 located at 32 Dr. Nels Hansen Way, Olympia, WA 98512. Installation must be carried out by someone with a contractor’s license, electrician certification, and City of Tumwater business license. All labor performed must adhere to prevailing wage requirements and provide satisfactory documentation. Installation quotes must also include: The contractor applying for and managing all necessary permits and inspections; Painting, striping, and installing signage for parking spaces; Restoration of site, which may include trenching, repaving, or replacing landscaping; and applicable sales tax. IV. COMPENSATION A. Please present detailed information on the contractor’s proposed quote for the specifications proposed and for any variation for non-routine services, inclusive of Washington state sales tax and any other applicable governmental charges. Please provide specifics as to definitions of routine versus non-routine tasks, what is fixed as opposed to variable, and how costs are adjusted according to that classification. B. Payment by the City for the services will only be made after the services have been performed, an itemized billing statement is submitted in the form specified by the City and approved by the appropriate City representative, which shall specifically set forth the services performed, the name of the person performing such services, and the hourly labor charge rate for such person.Payment shall be made on a monthly basis, thirty (30) days after receipt of such billing statement. VIII. PUBLICATION. Name of Publication: Dates: OWMB February 22, 2026 The Olympian February 22, 2026 City Website February 19, 2026