Massport Worcester Solar RFP FINALdocx...Massport Solar Energy Management Services at Worcester...
Transcript of Massport Worcester Solar RFP FINALdocx...Massport Solar Energy Management Services at Worcester...
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 1 of 58
Massachusetts Port Authority One Harborside Drive, Suite 200S
East Boston, MA 02128 www.massport.com
______________________________________________________________________________
Request for Proposals
Massport Solar Energy Management Services
Worcester Regional Airport
A 382-C1
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 2 of 58
TABLE OF CONTENTS
Contents
1. PROCUREMENT CALENDAR ....................................................................................................................... 3
2. CONTACT INFORMATION ........................................................................................................................... 3
3. REQUEST FOR PROPOSALS .......................................................................................................................... 6
3.1 PROJECT OVERVIEW ...................................................................................................................................... 7
3.2 DEFINITIONS: ................................................................................................................................................... 8
3.3 SOLICITATION AND PROPOSAL PROCESS ........................................................................................... 11
3.4 RFP PROCEDURES ......................................................................................................................................... 12
3.5 GENERAL INFORMATION .......................................................................................................................... 13
3.6 TERMS OF PROPOSAL .................................................................................................................................. 14
APPENDIX A. DETAILED CHARACTERISTICS OF THE SITES ..................................................................... 15
APPENDIX B. EVALUATION CRITERIA ............................................................................................................ 24
APPENDIX C. MINIMUM TECHNICAL SPECIFICATIONS............................................................................ 26
APPENDIX D. MINIMUM CONTRACT TERMS ................................................................................................ 35
APPENDIX E. RESPONDENT INFORMATION FORM .................................................................................... 38
APPENDIX F. PRICE PROPOSAL FORM ............................................................................................................ 42
APPENDIX G. SPECIFICATIONS AND OTHER CONDITIONS CHECKLIST .............................................. 43
APPENDIX H. RESPONSE FORM TEMPLATE .................................................................................................. 46
APPENDIX I. CERTIFICATE OF NON‐COLLUSION ........................................................................................ 53
APPENDIX J. ATTESTATION REGARDING FILING OF TAX RETURNS ..................................................... 54
APPENDIX K. SAMPLE MASTER ENERGY MANAGEMENT SERVICES AGREEMENT ........................... 55
APPENDIX L. HISTORICAL ELECTRICITY USAGE .......................................................................................... 56
APPENDIX M. PREVAILING WAGE RATES ......................................................................................................... 61
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 3 of 58
1. PROCUREMENT CALENDAR
All dates are estimated and subject to change.
RFP Issued February 20, 2019
Respondent Registration Due for Pre‐Proposal Conference and
Mandatory Site Visit February 27, 2019
Mandatory Pre‐Proposal Conference and Site Visit by Respondents March 06, 2019
Deadline for Respondents to Submit Questions
Including, but not limited to, the RFP, Master Energy Management
Services Agreement and/or facility information
March 08, 2019
Answers to Questions and Changes to RFP and Master Energy
Management Services Agreement, as necessary.
(Posted on COMMBUYS and the MPA website:
http://www.massport.com/massport/business/bids‐
opportunities/capital‐bids)
March 15, 2019
Proposal Due 12PM ET,
April 04, 2019
Anticipated Vendor Selection for Contract Negotiations May/June 2019
Final Contract Execution July 2019
2. CONTACT INFORMATION
The project name is Massport Solar Energy Management Services at Worcester Regional
Airport and the project number is A382‐C1. Correspondence to Massport should
include this project number as well as the title. Interested parties are advised to check
the Massport website at http://www.massport.com/massport/business/bids‐
opportunities/capital‐bids/ and the COMMBUYS website at www.combuys.com to
ensure that they have the most recent information, and should be advised that they can
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 4 of 58
and should expect to see some updates to documents on COMMBUYS and on the
Massport website during the open bid period.
Information submitted in response to this RFP is subject to the Massachusetts Public
Records Law, M.G.L., Chapter 66, Section 10, and to Chapter 44, Section 7, Clause 26.
Any statements in submitted information that are inconsistent with these statutes shall
be disregarded. Questions may be sent via email to [email protected] subject to the
deadline for receipt stated in the timetable above. In the subject lines of your email, please
reference the MPA Project Name and Number. Questions and their responses will be posted
on Capital Bid Opportunities webpage of Massport
http://www.massport.com/massport/business/bids‐opportunities/capital‐bids as an
attachment to the original Legal Notice and on COMMBUYS (www.commbuys.com) in
the listings for this project.
Any Respondent taking exception to or questioning any of the provisions, procedures,
conditions or specifications herein stated should make such exceptions known in their
response to this RFP.
Participation in the mandatory pre‐proposal conference and site visit requires
registration in advance. Registration must be submitted by COB February 27, 2019.
Only bid Respondents or their designees shall be permitted to attend site visits.
Registration can be obtained by sending the name of the person who will be attending
along with his or her company name, address, and phone number to
[email protected] and Teresa Civic, Massport Manager of Utilities Control, via e‐
mail [email protected]. For the Worcester Regional Airport site visit, a maximum
of two (2) attendees per bid team will be permitted.
Information submitted in response to this RFP must meet the content, quantity, site
visit, DCAMM Energy Management Systems Certification and Update Statement, and
other requirements described in this RFP to be considered a valid Proposal. Proposals
will be received by the Procurement Contact at the address noted below.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 5 of 58
Contact: Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng.,
Director of Capital Programs and Environmental Affairs
Massachusetts Port Authority
RFP Name: Massport Solar Energy Management Services at the
Worcester Regional Airport
RFP File Number: A382‐C1
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 6 of 58
3. Request for Proposals
The Massachusetts Port Authority (Massport or the Awarding Authority) seeks Energy
Management Services (EMS) proposals, pursuant to M.G.L. c. 25A, §11C, 225 CMR
10.00, from qualified solar energy contractors interested in implementing a
performance‐based solar energy system (Project) with guaranteed onsite electricity
generation1 at its facilities located at the Worcester Regional Airport and detailed in
Appendix A. The Awarding Authority intends to select and enter into a Master Energy
Management Services Agreement with the most highly qualified Contractor per the
evaluation criteria herein.
The original and eight (8) copies of your sealed proposal along with one complete
electronic copy in PDF format on either a DVD or memory stick must be received by the
Authority at or prior to 12:00 p.m. local time April 04, 2019 at the office of Capital
Programs & Environmental Affairs, Suite 209S, Logan Office Center, One Harborside
Drive, East Boston, MA 02128‐2909. All proposals must be delivered in sealed
envelopes bearing on the outside the name and address of the Contractor and the name
of the RFP for which the proposal is submitted. Proposals received after this date and
time will not be accepted.
The Consultant shall also provide an (1) original and eight (8) copies of litigation and
legal proceedings information, signed under the pains and penalties of perjury, in a
separate sealed envelope entitled “Litigation and Legal Proceedings”.
This submission, including the litigation and legal proceedings history in a separate
sealed envelope as required shall be addressed to Houssam H. Sleiman, PE, CCM,
FCMAA, NAC, Hon. D.Eng., Director of Capital Programs and Environmental Affairs
and received no later than 12:00 Noon on April 04, 2019 at the Massachusetts Port
Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International
Airport, East Boston, MA 02128‐2909. Any submission which is not received in a timely
manner shall be rejected by the Authority as non‐responsive. Any information
provided to the Authority in any Proposal or other written or oral communication
between the Proposer and the Authority will not be, or deemed to have been,
proprietary or confidential, although the Authority will use reasonable efforts not to
1 “The solar energy management contract shall include a written guarantee of the qualified provider that either the amount of electricity generation guaranteed shall be achieved or the qualified provider shall reimburse the awarding authority for the shortfall amount. Methods for measurement and verification of energy savings shall conform to the most recent standards for renewables established by the Federal Energy Management Program of the United States Department of Energy.”
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 7 of 58
disclose such information to persons who are not employees or consultants retained by
the Authority except as may be required by M.G.L. c.66.
The Awarding Authority may cancel this RFP, or may reject in whole or in part any and
all Proposals if the Awarding Authority determines that cancellation or rejection is in its
best interest.
3.1 Project Overview
The Worcester Regional Airport (ORH) consists of multiple buildings with an
approximately 60,000 square foot regional airport terminal building circa 1993 owned
and operated by the Massachusetts Port Authority (Massport). The airport provides
commercial, corporate, and general aviation services. Massport recently invested in new
CAT III radar that should expand the airport’s economic activity by over $350 million
over the next three years. ORH is a local economic engine for the City of Worcester and
the Central Massachusetts region. As such, Massport sees solar development as a
valuable component of its role as economic engine, but more importantly, sees the
opportunity to develop a community solar project as contributing to its core community
collaboration goals.
The airport’s premises cross four municipal lines and are located across Holden, Paxton
Leicester, and Worcester. This load zone has experienced substantial solar development
in recent years and any development at the airport will likely require substantial service
upgrades. Massport is, therefore, seeking qualified vendors who can propose both
economic benefit and extensive experience developing solar projects with complex
interconnection considerations.
Massport provides electricity to various tenants located and metered downstream of the
main National Grid meter. The airport is served by National Grid via two primary
utility service entrances; Fowler St (preferred) and Prouty Lane (alternate). Both of these
services consist of three (3) 167 kVA (500 kVA total) 13.8kV/2,300V pole‐mounted
Transformers. Both services are routed underground to the airport main switchgear
room located on the lower level at the northwest end of the terminal building.
Table 1 provides a summary of the potential sites for solar PV development. Further
details can be found in Appendix A.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 8 of 58
Table 1. Worcester Regional Airport Potential Solar PV Sites
Site # Site Name System Type
Estimated System
Size (MW)
1 Leicester Ground‐Mount Ground‐mount
(greenfield)
2.100
2 Leicester Ground‐Mount 1.670
3 Leicester Ground‐Mount 5.000
4 Leicester Ground‐Mount 1.710
Total 10.48 MW
As noted in Appendix A, the Airport’s solar potential includes greenfield sites. The
greenfield sites included in Appendix A should qualify as Category 1 Land Use per 225
C.M.R. 20.05(e). Note that the greenfield sites are located in Leicester, MA and are
currently utilized as cow pasturing areas. Respondents should include details
summarizing their experience developing projects of this nature with minimal
vegetative clearance and vegetative/landscape management.
Massport is interested in standalone projects on the premises. Massport is looking to
evaluate a range of proposals for solar development at the Worcester Regional Airport.
Respondents should submit pricing for any of the following project configurations they
would be willing to develop:
Community Shared Solar
Qualifying Facility
Note: For any leasing options, the Federal Aviation Administration and Massport
require that the lease rate be reassessed and escalated at least every five years based on
fair market value.
Please include detailed pricing using the Excel form provided in Appendix F.
3.2 Definitions:
Contractor. The vendor selected by the Massachusetts Port Authority to perform the
energy management services solicited through an RFP under 225 CMR 10.00.
DCAMM. The Division of Capital Asset Management and Maintenance, established by
M.G.L. c. 7, § 4A.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 9 of 58
DOER. The Department of Energy Resources, established by M.G.L. c. 25A, §1.
Eligible. Able to meet all requirements for offerors or bidders set forth in 225 CMR 10.00
and 225 CMR 19.00 and section 44D of chapter 149 and not barred from bidding under
section 44C of said chapter 149 or any other applicable law, and who shall certify that
they are able to furnish labor that can work in harmony with all other elements of labor
employed or to be employed on the work.
Energy Management Services (EMS). A program of services, including on‐site
renewable energy generation, energy conservation measures, or a combination thereof,
and building maintenance and financing services, primarily intended to reduce the cost
of energy and water in operating buildings, which may be paid for, in whole or in part,
by cost savings attributable to a reduction in energy and water consumption that result
from such services. The EMS contract may extend for a term not to exceed twenty years.
The allowable length of the contract may also reflect the useful life of the cost savings
measures.
Energy Savings. A measured reduction in fuel and its costs, energy and its costs, water
and its costs, or operating or maintenance costs resulting from the implementation of
on‐site renewable energy generation or energy conservation measures; provided,
however, that any payback analysis to evaluate the energy savings of a geothermal
energy system to provide heating, cooling or water heating over its expected lifespan
shall include gas and electric consumption savings, maintenance savings and shall use
an average escalation rate based on the most recent information for gas and electric
rates compiled by the Energy Information Administration of the United States
Department of Energy.
Guarantee of Generation. The written guarantee of a Contractor warranting the
particular electrical energy generation to be derived from the On‐site Electrical
Generation unit. Such written guarantee shall:
(a) Include a detailed description of the equipment to be installed; and
(b) State the annual amount of electrical energy to be generated in kilowatt‐hours
per year.
Guidelines. A set of clarifications, interpretations, and procedures, including forms and
model documents, developed and issued by DOER to assist it in determining
compliance with 225 CMR 10.00. Each Guideline shall be effective on its date of
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 10 of 58
issuance or on such date as is specified therein, except as otherwise provided in 225
CMR 10.00.
Local Governmental Body. A city, town, district, regional school district or county, or an
agency or authority thereof, including a housing authority, board, commission,
department or instrumentality of a city, town district, regional school district or county,
and any other agency that is not a state agency or building authority; or a combination
of two or more such cities, towns, districts, regional school districts or counties, or
agencies or authorities thereof.
Minor Informalities. Minor deviations, insignificant mistakes, and matters of form
rather than substance of the proposal or contract document which may be waived or
corrected without prejudice to other offerors, potential offerors, or the public agency.
On‐site Energy Generation. The generation of renewable energy or the cogeneration of
electricity and heating or cooling of a generation unit located on or adjacent to a
building or structure owned by a Local Governmental Body that may utilize some of
the energy so generated either directly or indirectly though energy credits (alternative
on‐bill or net metering).
Renewable Generation. The electrical energy output of an RPS Class I Renewable
Generation Unit as defined under 225 CMR 14.00: Renewable Energy Portfolio Standard –
Class I.
Request for Proposals (RFP). A written document issued by a Local Governmental Body
that invites potential Responsive Offerors to submit proposals outlining their
qualifications to perform the Energy Management Services for the Local Governmental
Body, a cost proposal, and other information required by 225 CMR 10.03(1) and (2) and
the Local Governmental Body.
Update Statement. A form developed by DCAMM, as defined in 810 CMR 4.01:
Definitions, to be completed by a Contractor Certified by DCAMM in Energy
Management Systems and submitted with all proposals.
Person. Any natural person, business, partnership, corporation, union, committee, club,
or other organization, entity or group of individuals.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 11 of 58
Qualified Provider. Responsible and eligible person able to meet all requirements set
forth in 225 CMR 10.00 and 225 CMR 19.00, and not barred from bidding under section
44C of chapter 149 or any other applicable law and experienced in the design,
implementation and installation of energy savings measures.
Responsible. Demonstrably possessing the skill, ability and integrity necessary to
faithfully perform the work required by a particular contract, based upon a
determination of competent workmanship and financial soundness in accordance with
225 CMR 10.00 and 225 CMR 19.00 and section 44D of chapter 149.
Responsive Offeror. A person who has submitted a proposal which conforms in all
respects to the requests for proposals.
3.3 SOLICITATION AND PROPOSAL PROCESS
STAGE ONE: DCAMM Contractor Certification Process
To be Eligible to respond, Contractors are advised that advance certification in Energy
Management Services by Massachusetts Division of Capital Asset Management and
Maintenance (“DCAMM”) is required pursuant to M.G.L. c. 149 § 44D. More
information is available at: https://www.mass.gov/dcamm‐contractor‐certification or by
calling the DCAMM Contractor Certification Office at (857)‐204‐1305.
STAGE TWO: Mandatory Pre‐Proposal Conference and Site Visit
A Pre‐Proposal Conference and Site Visit of the Worcester Regional Airport will be held
at times and locations listed in Section 1 of this RFP. All prospective respondents must
attend the mandatory pre‐proposal conference. Respondents interested in attending
must confirm attendance, the number of attendees, and the full contact information for
the key person attending the pre‐proposal conference.
All questions and inquiries concerning this RFP must be submitted in writing via email
no later than March 1, 2019. Inquiries will not be answered directly. The Awarding
Authority will issue answers to address the written questions. The questions and
answers will be posted on the Massport and COMMBUYS websites as previously
described. If any answers materially impact the intent of this RFP, an Addendum will
be issued and sent to all potential respondents. It is the responsibility of the Contractor
to ensure that the Contractor has received all addenda issued by the Awarding
Authority.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 12 of 58
The Awarding Authority reserves the right to amend this RFP based on questions and
issues raised prior to and at the Pre‐Proposal Conference.
STAGE THREE: Submission of Proposals
In accordance with Section 3 of this RFP, any qualified Contractor that wishes to submit
a Proposal to this RFP shall submit one (1) original and eight (8) copies of the Proposal
and separately sealed litigation history and one single‐file electronic version of the
Proposal by the submission deadline. Respondents will be evaluated only on the criteria
set forth in this RFP.
STAGE FOUR: Selection Process
The Awarding Authority will evaluate all Proposals based upon the criteria listed in
this RFP, and reserves the right to waive any minor informalities.
3.4 RFP PROCEDURES
A. Modification or Withdrawal of Proposals: Any Proposal may be withdrawn or
modified by written request of the Contractor, provided such request is received by
the Awarding Authority at the above address prior to the due date for Proposals.
B. Cost of Proposal Preparation: The Awarding Authority will not reimburse
Contractors for any costs incurred in preparing Proposals to this RFP, including site
visits or preliminary engineering analyses.
C. Public Record: Any information provided to the Awarding Authority in any
Proposal or other written communication between the Contractor and the Awarding
Authority will not be, or deemed to have been, proprietary or confidential, although
the Awarding Authority will use reasonable efforts not to disclose such information
to persons who are not employees or consultants retained by the Awarding
Authority, except as may be required by Massachusetts General Laws c.4, §7, cl.26
and c. 66.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 13 of 58
3.5 GENERAL INFORMATION
The Awarding Authority seeks proposals from qualified Contractors interested in
implementing a comprehensive, performance‐based Solar Energy Management Services
Project at its facilities identified in Appendix A.
The Project will include the design and installation of solar energy generation to supply
energy to existing Airport loads and also provide leasing revenue to Massport.
Massport reserves the right to accept or to reject any or all proposals, for any reason, to
withdraw or amend this RFP at any time prior to the proposal deadline, to initiate
negotiations with one or more Contractor(s), to waive any informality and to effect any
agreement otherwise, to re‐issue this RFP without change or modification thereto, to
issue a subsequent RFP with terms and conditions that are substantially different than
those set forth herein, or to cancel this RFP with or without issuing another RFP, all as
Massport in its sole judgment may deem to be in its best interest. Massport is not
required to select the highest revenue proposal, but, rather, will select the proposal that
is most responsive to Massport’s needs based on the criteria listed in this RFP and
deemed to be in the best interest of Massport. Massport will not select a Contractor who
is not capable, in Massport’s judgment, of satisfactorily performing the work required
under this RFP.
The information contained in this RFP and in any subsequent addenda or related
documents is provided as general information only. Massport makes no representations
or warranties that the information contained herein is accurate, complete or timely. The
furnishing of such information by Massport shall not create any obligation or liability
whatsoever, and each Contractor expressly agrees that it has not relied upon the foregoing information and shall not hold Massport liable therefor.
Neither the Members of Massport nor any individual member, officer, agent or
employee of Massport shall be charged personally by the Contractor with any liability
under any term or provision of this RFP.
Any Contractor that is currently providing goods or services to Massport as a vendor,
consultant, contractor or subcontractor, or in any other capacity, shall disclose all
projects or contracts that Contractor is performing for or entered into with Massport,
and Contractor’s plan to address and resolve such conflicts of interest, if any. Massport
reserves the right, in its sole discretion, to request additional information from a
Contractor on potential conflicts of interest and to limit or prohibit the participation of
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 14 of 58
any Contractor due to any conflict of interest. To the extent that Massachusetts General
Laws c. 268A may be applicable, Contractors and their officers, agents and employees
shall be fully responsible for ensuring their compliance with the requirements of said
Chapter 268A.
3.6 TERMS OF PROPOSAL
Details on Massport’s approach for the Project is included in the appendices to the RFP.
Each appendix should be reviewed in detail to provide an acceptable Response:
Appendix A. Detailed Characteristics of the Sites. Provides site locations and
conceptual layouts for each proposed system.
Appendix B. Evaluation Criteria. Explain how Massport will evaluate
Responses.
Appendix C. Minimum Technical Specifications. Offers details on technical
criteria for the solar PV installations.
Appendix D. Minimum Contract Terms. Outlines minimum contractual terms
that will be included in the Solar EMSA. Any exceptions to these criteria must be
stated in Contractor Response.
Appendix F. Price Proposal Form. Provides instructions on how to complete the
Excel‐based pricing form.
Appendix G. Specifications and Other Conditions Checklist. Highlights
conditions that must be met. Any exceptions to these specifications must be
stated in Contractor Response.
Appendix H. Response Form Template. Provides instructions for the format of
Contractor Response.
Appendix K. Sample Master Energy Management Services Agreement.
Massport recommends using this agreement for contract negotiations. If
Contractor has exceptions to its use or any provision therein, such exception
should be noted in Contractor Response. Massport reserves the right to accept or
reject any such exceptions.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 15 of 58
Appendix A. Detailed Characteristics of the Sites
Site 1. Leicester Ground‐Mount Characteristic Site Details
Location Leicester, MA (42.269548,‐71.90373836)
System Type Ground‐mount, greenfield
Estimated Capacity 2.10 MW DC
Massport Anticipated
Business Model(s)
Community Shared Solar
Qualifying Facility
Net, or Alternative On‐Bill, Credit Facility
Zero electricity purchase by Massport
Site Considerations or
Conditions
Per National Grid: “These project locations fall within the
boundaries of an ongoing National Grid Area Study. Expect to
experience increased timeframes for System Impact Studies.”
Site 1 Pre‐Interconnection Application Results
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 16 of 58
Site 1 Conceptual System Design
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 17 of 58
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 18 of 58
Site 2. Leicester Ground‐Mount Characteristic Site Details
Location Leicester, MA (42.27083836,‐71.90789976)
System Type Ground‐mount, greenfield
Estimated Capacity 1.67 MW DC
Massport Anticipated
Business Model(s)
Community Shared Solar
Qualifying Facility
Net, or Alternative On‐Bill, Credit Facility
Zero electricity purchase by Massport
Site Considerations or
Conditions
Per National Grid: “These project locations fall within the
boundaries of an ongoing National Grid Area Study. Expect to
experience increased timeframes for System Impact Studies.”
Site 2 Pre‐Interconnection Application Results
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 19 of 58
Site 2 Conceptual System Design
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 20 of 58
Site 3. Leicester Ground‐Mount Characteristic Site Details
Location Leicester, MA (42.27281769,‐71.91255303)
System Type Ground‐mount, greenfield
Estimated Capacity 5.0 MW DC capped, 9.99 MW uncapped
Massport Anticipated
Business Model(s)
Community Shared Solar
Qualifying Facility
Net, or Alternative On‐Bill, Credit Facility
Zero electricity purchase by Massport
Site Considerations or
Conditions
Per National Grid: “These project locations fall within the
boundaries of an ongoing National Grid Area Study. Expect to
experience increased timeframes for System Impact Studies.”
Parcel has significant capacity for solar, but will need to be
capped per SMART regulations.
Site 3 Pre‐Interconnection Application Results
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 21 of 58
Site 3 Conceptual System Design
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 22 of 58
Site 4. Leicester Ground‐Mount Characteristic Site Details
Location Leicester, MA (42.26955288,‐71.90524688)
System Type Ground‐mount, greenfield
Estimated Capacity 1.71 MW DC
Massport Anticipated
Business Model(s)
Community Shared Solar
Qualifying Facility
Net, or Alternative On‐Bill, Credit Facility
Zero electricity purchase by Massport
Site Considerations or
Conditions
Per National Grid: “These project locations fall within the
boundaries of an ongoing National Grid Area Study. Expect to
experience increased timeframes for System Impact Studies.”
Site 4 Pre‐Interconnection Application Results
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 23 of 58
Site 4 Conceptual System Design
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 24 of 58
Appendix B. Evaluation Criteria
In general, complete Responses will be evaluated in terms of the reasonableness of the
claims and commitments made, the completeness of the information provided,
conformance with the requirements of and the instructions provided in this RFP, and
the Respondent’s ability and willingness to satisfy or exceed the specifications and
conditions set forth in this RFP.
At a minimum, Respondents shall meet the following requirements:
1. Timely submission of proposal and attendance at mandatory pre‐proposal
conference and site visit
2. DCAMM Contractor Certification of Eligibility & Update Statement
3. Respondent Information Form
4. Price Proposal Form
5. Certification of Non‐Collusion
6. Attestation Regarding Filing of Tax Returns
7. Responses in Response Form Template
8. Litigation History provided
In addition, significant evaluation emphasis will be placed on the following:
1. Demonstrated understanding of the current solar policy context in Massachusetts
and willingness to incur project development costs;
2. Demonstrated performance capability of the Respondent and its team to
successfully finance and complete the solar EMS project;
3. Maximum direct economic value to Massport.
For community shared solar projects:
a. The Respondent’s expertise in shared solar program design, marketing,
and administration;
b. The Respondent’s flexibility to include Massport in the program design
process; and
c. The Respondent’s ability to maximize cost savings to community solar
participants, including low and moderate income ratepayers.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 25 of 58
The Massport Selection Committee, however, will consider all factors which reflect on
each Respondent’s ability to meet Massport’s goals. Massport will select the Proposal
that it deems in its sole discretion to be in its best interests.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 26 of 58
Appendix C. Minimum Technical Specifications
This Appendix describes the technical specifications and requirements that are common
to all the PV Systems. These minimum technical specifications are those that each PV
System must meet or exceed such that the PV System will operate reliably and safely
over its entire design life. The Respondent must consider these Technical Specifications
in the development of its Proposal. These specifications and requirements are not
intended to be all‐encompassing, nor are they intended to override good engineering
practice or applicable laws and code requirements. The Contractor is responsible for
conformance to all relevant, prevailing codes, and the codes take precedence over these
Technical Specifications. Site‐specific conditions and/or local regulations may require
additional specifications and requirements not included in this attachment.
A. Design
1) Design Life and Estimated Production Requirements a. Each PV System shall have a service life of twenty (20) years at rated
output. Components that undergo gradual reduction in internal metal
surface as a result of corrosion shall be designed for a service life of thirty
(30) years. Components for which 30‐year life expectancy cannot be
reasonably assured shall be designed and installed to permit safe and
convenient replacement. The estimated annual energy output for the PV
System shall not degrade greater than 1% per year.
b. The PV System must be designed so that the estimated annual energy
output for the PV System, based on actual site‐specific shading, azimuth,
and inclination is at least 80% of the default optimal output for a fixed PV
System of the same capacity in Boston or Worcester (see note below to
determine which location should be used for a particular location), as
estimated by NREL’s PVWATTS tool. To determine the appropriate
Massachusetts location for comparison in PVWATTS, the Contractor must
select “Leicester, Massachusetts” as the site location. PVWATTS is
available at the following website: https://pvwatts.nrel.gov/
2) Additional Design Requirements ‐ Stamped affidavits or drawings are required
for the electrical and structural components of the installation.
a. The electrical design of the PV System must be stamped by a Professional
Engineer (PE) licensed in the Commonwealth of Massachusetts.
b. The structural design of the PV system requires a stamped affidavit from a
Massachusetts‐registered Professional Engineer or architect confirming
that the underlying structure is adequate to withstand the static and
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 27 of 58
dynamic outputs of the PV System. Roof structures must be in compliance
under the design conditions specified for the PV System location in the
current edition of the Massachusetts Building Code. The analysis must
include all mounted portions of the PV System, including modules, racks,
ballast, and other related components.
c. The design of the PV System shall meet OSHA Part 1926 – Safety and
Health Regulations for Construction requirements by proposing, as
applicable, a suitable safety monitoring system, a fall management plan,
and a fall protection system for Massport’s review and approval.
B. Equipment
1) General ‐ All mounting materials for the PV System shall be corrosion‐proof
aluminum or 316 stainless steel. All materials subject to exposure to the sun must
be sunlight resistant. All conductors smaller than 1/0 AWG shall be copper.
Alternative materials must be approved by Massport.
2) Inverters a. Inverter efficiency shall be equal to or greater than 93%.
b. Installation shall meet the current UL 1741/IEEE Standard 1547, MEC
codes and the latest applicable ANSI and FCC standards and addenda
dated prior to the award of the purchase order for this procurement.
c. Inverters shall be approved and listed with the California Energy
Commission’s list of eligible PV modules:
http://www.gosolarcalifornia.ca.gov/equipment/pv_modules.php
d. The point of interconnection for the inverter shall not be in parallel with
any backup generators at the site during emergency generation.
e. Each inverter shall include:
i. Automatic operation including start‐up, shutdown, self‐diagnosis,
fault detection and alarming.
ii. Ground fault protection.
iii. NEMA 1R rating for interior electrical room location or NEMA 3R
for any exterior or mezzanine location.
f. The inverter housing must be a sound structure designed to withstand all
dead load, live load, wind and seismic loads for the area.
3) Combiner & Junction Boxes ‐ Combiner boxes and junction boxes which are
located outdoors shall have the following characteristics: NEMA 3R enclosure,
and listed by a nationally recognized testing laboratory. All PV System output
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 28 of 58
circuits shall be protected by lightning arrestors of the appropriate voltage
rating.
4) DC Disconnect Switches ‐ The DC disconnect(s) shall be integral to the inverter,
or if field‐installed, shall have ratings sufficient for the maximum current and
voltage available at the terminals, and be listed by a nationally recognized testing
laboratory. Where located outdoors, disconnects shall be NEMA 3R. Where fused
disconnects are used, the fuses shall be listed for use in PV systems.
5) AC Disconnects ‐ All AC disconnects shall be rated to interrupt the necessary voltage and current for the application and be listed by a nationally recognized
testing laboratory. Where located outdoors disconnects shall be NEMA 3R. The
PV system disconnect shall be appropriately located per the utility’s
requirements and its location shall be noted on the one‐line electrical drawing.
6) Interconnection– Where connecting into existing switchgear, the Contractor shall
provide the appropriate size, make, and model overcurrent protective device for
the specified AC interconnection switchgear that is suitable for back feed in
accordance with NEC 705.12.
7) Wiring Methods
a. All system wiring shall be of Massachusetts Electrical Code (MEC) section
690.31 approved wiring method. All conductors shall have a temperature
rating of 90 degrees C, and be sized appropriately to limit voltage drop to
3 percent.
b. All conductors smaller than 1/0 AWG shall be copper.
c. All outdoor electrical enclosures shall be NEMA 3R and have watertight
connections.
d. Exposed cables shall be listed as sunlight resistant.
8) PV System Grounding ‐ The PV System shall be properly grounded in accordance with all applicable requirements of local electrical, MEC and NEC
codes.
9) PV Array a. PV Modules
i. Modules shall be UL 1703 listed.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 29 of 58
ii. Modules shall be approved and listed on the California Energy
Commission’s list of eligible PV modules:
http://www.gosolarcalifornia.ca.gov/equipment/pv_modules.php
b. Mounting System
i. For roof mounted systems, the mounting system, including
photovoltaic modules, shall not compromise roof and structural
integrity. Contractors are encouraged to consider non‐penetrating
systems.
ii. In all installations, the mounting system shall promote ambient air
circulation beneath and above modules to enhance efficiency. The
lower edge of the panels on the mounting should be designed to
eliminate losses from snow coverage and provide a comfortable
working height for maintenance.
iii. Modules shall be individually removable for maintenance, repair,
and/or roof access where applicable.
iv. The mounting system shall be designed to meet or exceed
requirements of all applicable state and local building codes,
including wind speed, snow and seismic load requirements. The
Contractor shall describe and document the wind and snow loads
that the PV System is designed to withstand.
v. The PV System installation must meet all code and UL
requirements with respect to lightning protection. The Contractor
must have the building lightning protection system recertified by a
contractor that is UL listed for lightning protection systems.
vi. Each module row or column must be separated to minimize
shadowing effects on other modules. The spacing between modules
shall be noted on the PV layout drawing.
10) Installation Requirements
a. The output of the PV inverter(s) shall not interfere with or damage the
function of existing building electrical distribution systems. All
serviceable components must be “accessible” as defined by the MEC
Article 100. The installation shall comply with all applicable federal, state
and local building codes including the latest MEC. The Contractor shall
not, under any circumstance, operate switchgear forming part of the main
distribution system. The Contractor shall coordinate with Massport to
operate the switchgear to disconnect or re‐energize loads. Advanced
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 30 of 58
notice shall be given to Massport for interconnection of PV System output
or if the switchgear is to be turned off.
b. The PV System shall not compromise roof and structural integrity. The
loading impact of the array (wind, snow, etc.) shall be determined prior to
the installation. Where existing roof warranties are in place, the
Contractor shall enter into an agreement with the existing roof
manufacturers as specified by Massport – to provide QA/QC during
installation such that the photovoltaic installation work complies with the
manufacturer’s recommendation and that any existing roof
manufacturer’s roof warranties are not voided. Sleeper conduit supports
and pitch pockets shall be approved by roofing contractor.
c. The PV System electrical work must be performed by Massachusetts
licensed electricians. For more information: https://www.mass.gov/policy‐
advisory/board‐policies‐and‐guidelines‐examiners‐of‐
electricians#guidance‐memo‐13‐01‐massachusetts‐electricians‐licensing‐
requirements‐relating‐to‐the‐installation‐of‐p‐v‐photovoltaic‐systems
d. The PV System must be installed according to the manufacturer’s
instructions and in compliance with all applicable codes and standards.
e. Interconnection Agreement. The Contractor is responsible for all aspects
of the local electric utility interconnection including any net metering
arrangement. An application must be submitted to the local electric utility
to start the formal interconnection process, and sufficient lead time should
be allowed to successfully achieve interconnection under the local electric
utility interconnection standards. All PV Systems must have an
appropriate electric utility interconnection agreement in place at the time
of interconnection to the utility grid.
f. All pertinent permits and inspections must be obtained and copies kept on
file as may be required by local codes and/or state law and accessible to
Massport or its agents.
g. All PV Systems shall include appropriate surge arresters or other means to
protect the PV System components from lightning and other surge events.
It is the responsibility of the Contractor to ensure that the installation
meets any local, state or federal building and electrical laws that address
lightning and surge protection.
11) PV System Performance Guarantee and Warranty Requirements a. In addition to the power sale price offers, the Proposal must include the
minimum amount of electricity that is guaranteed by the Seller to be
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 31 of 58
generated by each PV System (the “Guaranteed Annual Electric Output”)
in the first contract year. The Proposal must also include a date for each
PV System for which the Respondent guarantees that on or before that
date it will commence construction of the PV System (the “Construction
Commencement Date), and a date that on or before it will achieve
Commercial Operation of the System (the “Commercial Operation Date”).
For any PV System, the Commercial Operation Date cannot be more than
12 months beyond the date of Energy Management Services Agreement
execution pertaining to that PV System. The Seller guarantees that the
System will produce the Guaranteed Annual Electric Output in each
Contract Year, as adjusted by the Annual System Degradation Factor
(maximum 1%). On the first anniversary of the Commercial Operation
Date and each anniversary of the Commercial Operation Date thereafter
during the Term (and any extension thereof), the Guaranteed Annual
Electric Output shall be decreased by the Annual System Degradation
Factor. The specific Guaranteed Annual Electric Output in the first
contract year, Annual System Degradation Factor, Construction
Commencement Date and Commercial Operation Date must be provided
as part of the non‐price information shown in Appendix D.
b. Manufacturer Warranty. All major equipment must meet the following
minimum manufacturer warranties: i. PV Module: The Contractor shall obtain from the photovoltaic
module manufacturer(s) a warranty containing the following
provisions: that the loss of output power for each module installed
in the system, at all times during the first ten (10) years following
the PV System Commercial Operation Date, shall not exceed ten
(10) percent of the minimum power rating of the product
specifications for the module; that the loss of output power for each
module installed in the system at all times during the next ten (10)
years shall not exceed twenty (20) percent of the minimum power
rating of the product specifications for the module; and that the
photovoltaic module(s) will be free from all defects in design,
materials and workmanship for a period of two (2) years following
the effective Commercial Operation Date. Such warranty,
containing no exclusions or limitations, shall be in a form
acceptable to, and for the benefit of, Massport.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 32 of 58
ii. Inverters: The Contractor shall obtain from the inverter
manufacturer(s) a warranty that the inverter(s) will be free from all
defects in design, materials and workmanship for a period of ten
(10) years following the PV System Commercial Operation Date.
Such warranty, containing no exclusions or limitations, shall be in a
form acceptable to, and for the benefit of, Massport.
iii. Revenue grade production meters: The Contractor shall obtain from the revenue grade production meter manufacturer a warranty
that the meter system will be free from all defects in design,
materials and workmanship for a period of two (2) years following
the effective Commercial Operation Date. Such warranty,
containing no exclusions or limitations, shall be in a form
acceptable to, and for the benefit of, Massport.
iv. Mounting equipment: The Contractor shall obtain from the
mounting system manufacturer(s) a warranty that the mounting
system(s) will be free from all defects in design, materials and
workmanship for a period of five (5) years following the effective
Commercial Operation Date. Such warranty, containing no
exclusions or limitations, shall be in a form acceptable to, and for
the benefit of, Massport.
12) Electricity Production Meter Requirements ‐ All PV Systems must have a
dedicated production meter that:
a. is readily accessible and easily understood by Massport;
b. records the PV System’s AC output as measured on the AC side of the PV
System’s isolation transformer if a storage device is integral to the PV
System, the meter should record the input and output from the storage
device;
c. shall be separate from the local utility billing meter and shall not interfere
with utility billing or net metering;
d. must be a standard utility “revenue quality” meter that conforms to
applicable American National Standards Institute (ANSI) C‐12 standards
and shall be installed on the AC output side of the PV System’s inverter or
isolation transformer;
e. shall have a visible display of cumulative energy produced by the PV
System and be available for periodic testing and/or re‐calibration, if
necessary; and
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 33 of 58
f. communicates to MPA handheld AMR reader via R300 SD board (such as
ITRON Centron CP1SDR2, or equivalent).
C. Factory Acceptance Testing
Contractor shall have factory acceptance testing performed on each of the System
components and shall have all defective components replaced. Contractor shall provide
the results of factor acceptance testing to Customer within ten (10) business days of
such testing.
D. Commissioning Requirements
1) Commissioning Procedure ‐ The Contractor shall provide a commissioning plan
for review and acceptance by Massport or its representative. At a minimum, the
plan shall cover:
a. measurement and recording of voltage‐open‐circuit (Voc) of every source
circuit;
b. performance of inverter startup tests as specified by the inverter
manufacturer in the inverter operation manual;
c. measurement of AC power and comparison to predicted power based
upon estimated irradiance level;
d. performance of loss of grid test and verification of five minute delay upon
restoration of the grid;
e. measurement and recording of I‐V (current vs. voltage) curves of every
source circuit, measured at each combiner box or string inverter (source
circuit measurements should be done under uniform irradiance conditions
and the time of the first and last measurements taken at each combiner
box should be recorded); and
2) The Contractor shall carry out these tasks of the commissioning plan to the
satisfaction of Massport or its representative.
3) The Contractor shall verify data acquisition/display system is functioning properly, comparing independent measurements to data acquisition display.
4) The Contractor shall correct, at no additional cost to Massport, any deficiencies
uncovered by the testing prior to commissioning of the PV System. The
Contractor shall then commission any modified areas of the installation to ensure
proper operation and compliance.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 34 of 58
E. Data Acquisition Requirements
1) Data monitoring systems shall be capable of collecting, recording, and
communicating in comma separated values (CSV) in ASCII format the following
measured parameters:
a. Logging of 15 minute (minimum) average records for all data collection
parameters;
b. Retaining of logged data upon power loss;
c. Automatic restart of data logging and network communications upon
power restoration;
d. Modbus gateway with modbus mapping for required data parameters
providing secure transmission of data via MPA internal network via MPA
assigned IP address, B&B MESR9, or equal;
e. Generation of daily, monthly and annual files as defined herein;
i. Instantaneous AC power produced by the PV system
ii. Total daily electrical energy produced by the PV system, produced
as a running sum
iii. Total monthly electrical energy produced by the PV system,
produced as a running sum
iv. Total year to date power produced by the PV system
v. Total lifetime power produced by the PV system
vi. Aggregate amount of CO2 abated by use of the PV system
f. Communication of site environmental conditions – to include at a
minimum:
i. solar irradiance at tilt of modules (in W/m2); and
ii. module temperature (degrees F) taken at back of panel.
2) Data file format‐ Both PV inverter and any proposed site environmental
monitoring devices (weather station) shall be capable of producing Fig data files
which must be comma separated values (csv) in ASCII format. Each line in the
text file is a record and each field is separated by a comma. Text strings with
spaces and other delimiters are usually enclosed in quote (ʺ) characters. The data
file will begin with the text ʺbegindataʺ on its own line before the actual data,
followed by as many records as needed, and ends with the text ʺenddataʺ by
itself on the last line. Each line of data is always as follows: the point alias, the
date, the time, the value, and the status. The time to be local time of the data.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 35 of 58
Appendix D. Minimum Contract Terms
Proposals will not be considered if these minimum conditions cannot be met by the
Contractor.
(a) Surety Bond. The selected bidder (also referred to herein as the “Contractor”)
will be required to provide Massport with 100% payment and performance
bonds from a surety company licensed to do business in the Commonwealth and
whose name appears on United States Treasury Department Circular 570.
(b) Insurance. The selected bidder(s) and subcontractors shall be required to list
Massport as an additional insured endorsement. Minimum required insurance
coverage shall include:
a. Commercial general liability insurance in limit not less than $2,000,000 per
occurrence, $2,000,000 per occurrence for personal injury liability,
$4,000,000 general aggregate (applied per job) and $2,000,000 products
and completed operations aggregate written for a period of three years
beyond final payment. Commercial general liability insurance shall also
include broad form property damage liability and broad form contractual
liability.
b. Commercial automobile liability with a combined single limit of
$1,000,000 with a hired and non‐owned endorsement. Personal
automobile liability coverage will be acceptable in lieu of commercial
automobile coverage only if the vehicle used at the job site is not
commercially insured. Limits for personal auto must be at least $250,000
property damage per accident with an endorsement that the policy covers
business related use with an additional $1,000,000 personal umbrella
policy.
c. Worker’s Compensation coverage as required by Chapter 152 of the
Massachusetts General Laws with Employer’s Liability limits of $500,000
each accident, $500,000 disease – each employee and $500,000 disease‐
policy limit.
(c) Subcontracting. Except to the extent contemplated in the response and permitted
in the Contract, the Contract will prohibit assignment and subcontracting
without the Massport’s express prior approval. The Contractor shall be fully
responsible to Massport for the acts and omissions of its subcontractors and of
persons either directly or indirectly employed by the Contractor, as it is for the
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 36 of 58
acts and omissions of persons in its direct employ. Nothing contained in the
Agreement shall constitute any contractual relation between any subcontractor
and Massport.
(d) Indemnification. The Contract will require that the Contractor defend,
indemnify, and hold harmless Massport and its officers, agents and employees
against all claims, demands, actions and suits (including all attorneys’ fees and
costs) brought against any of them arising from the Contractor’s work or any
subcontractor’s work under the Contract.
(e) Compliance with Laws. The Contract will require compliance with all federal,
state and municipal laws, ordinances, rules and/or regulations, including labor
laws and laws against employment discrimination.
(f) Governing Law; Waiver of Jury Trial, Venue. The Contract shall be governed by
the laws of the Commonwealth of Massachusetts. Any disputes shall be resolved
within the venue of the Commonwealth of Massachusetts, shall voluntarily and
intentionally waive all rights to trial by jury and shall be decided by any court of
competent jurisdiction located in Boston, Massachusetts.
(g) System Performance Guarantee. The contract provided by the Respondent must
include a System Performance Guarantee that includes a metric for minimum
annual generation and a mechanism for compensating Massport in the event of
production shortfall.
(h) Change‐in‐Law Provision. The contract must include language that governs the
event of regulatory change that changes the fundamental project economics and
value to Massport.
(i) Payment Assurance and Validation. The contract must include language that
provides that the respondent will support validation that alternative bill credits,
or net metering credits are appropriately applied to Massport’s electric accounts.
(j) Option for System Purchase. The contract should provide option year(s) where
Massport can purchase the System from the project owner at fair market value.
(k) Records and As‐Built Drawings. The Contractor will provide ʺas builtʺ and
record drawings of all existing and modified conditions associated with the
Project conforming to typical engineering standards. This should include
architectural, mechanical, electrical, structural, and control drawings each
stamped by a Massachusetts Registered Professional Engineer (P.E.) for the
corresponding discipline. All drawings, reports and materials prepared by the
Contractor specifically in performance of the Energy Services Agreement shall
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 37 of 58
become the property of Massport, and shall be delivered to Massport as needed
or upon prior to project acceptance.
(l) Measurement and Verification. Measurement and verification of energy
generation will be consistent with the local distribution company (LDC) metering
requirement. Calculations used for guaranteed savings and guaranteed onsite
energy generation will be consistent with the letter and intent of the most recent
version of the U.S. Department of Energy, Federal Energy Management
Measurement and Verification Guidelines (FEMP Guidelines).
(m) Private Property Access. The necessary rights‐of‐way for any construction to be
done across or on private property will be obtained by the Contractor. The
Contractor shall take due and proper precautions against any injury to adjacent
structures and shall hold himself strictly within the rights secured to him by in
prosecuting the work on private property.
(n) Assignment. The Contractor shall not assign, transfer, convey, or otherwise
dispose of this Agreement, or any part hereof, or its right, title or interest in same
without the prior written notice to Massport and approval of Massport. The
Contractor shall not assign by power‐of‐attorney, or otherwise, any of the
moneys due or to become due and payable under this Agreement, without the
prior written notice to and approval of Massport.
(o) Quality of Work. All work shall meet the minimum standards of the
Massachusetts Building Code and Massachusetts Electric Code.
(p) Prevailing Wage. The Contractor is required to pay prevailing wage rates for all
employees involved in providing contract services, as determined by the
Department of Labor Standards2. For inquiry and clarification of prevailing wage
laws, contact DLS.
(q) Tax Compliance. The Contractor will be required to complete a Tax Compliance
Certificate as described in M.G.L. Chapter 62C, section 49A.
2
The Department of Labor Standards (DLS) issues prevailing wage schedules to cities, towns, counties, districts, authorities, and agencies of the commonwealth for construction projects and several other types of public work. These prevailing wage schedules contain hourly wage rates that workers must receive when working on a public project. (Mass. General Laws c149, s.26 to 27H).
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 38 of 58
Appendix E. Respondent Information Form
The following information should be typed on Respondent’s letterhead. Fill in all
bracketed sections and delete or re‐format all brackets, italics, and instructions. Black
line or otherwise indicate all changes in wording, additions, or deletions.
Contact Person: Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng., Director
of Capital Programs and Environmental Affairs
Address: One Harborside Drive, Suite 200S, East Boston, MA 02128
RE: [insert name of Respondent] Information Form & Cover Letter for Massport Solar
Energy Management Services at Worcester Regional Airport
Dear Mr. Sleiman,
In response to your Request for Proposals (“RFP”), we [insert name of Respondent] (the
Respondent) hereby submit our Response to install turnkey solar photovoltaic system(s)
with guaranteed energy generation at the Worcester Regional Airport.
We offer the following commitments and representations to Massport:
1) The undersigned is authorized to submit this Response on behalf of the
Respondent and to bind the Respondent to its terms. We have fully reviewed the
RFP and any and all addenda thereto, and we fully understand the scope and
nature of the project and contractual arrangements for which Responses are
being requested.
2) Our Response has been prepared and is submitted without collusion, fraud or
any other action taken in restraint of free and open competition for the response
to the RFP. Neither the Respondent nor any member of the Respondent’s project
team is currently suspended or debarred from doing business with any
governmental entity.
3) We certify that all of the information provided in our Response is true and
accurate and that Massport may rely on such information in the evaluation of
our Response. We have read and understand the evaluation criteria in the RFP.
We accept that Massport reserves the right to waive informalities and to reject in
whole or in part any and all Responses. We accept that the Massport Selection
Committee reserves the right to select the Developer that provides the most
responsive and responsible Response, which best meets the needs of Massport,
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 39 of 58
taking into account the Developer qualifications, submittal quality, and
evaluation criteria.
4) We understand that Massport seeks to identify, through this RFP, the most
qualified Respondent that: (1) meets the needs of Massport, (2) demonstrates a
thorough understanding of the current solar policy context, (3) demonstrates an
ability to successfully finance and complete solar EMS projects; and (4)
demonstrates a willingness to incur project development costs despite the
evolving solar policy landscape in Massachusetts. We accept that the Massport
Selection Committee reserves the right to select the most qualified Respondent
that best meets the needs of Massport, taking into account the Respondent’s
qualifications, submittal quality, and evaluation criteria.
5) We acknowledge that the work to be performed under any contract negotiated
with Massport, including work by subcontractors, must comply with the
provisions of the Massachusetts General Laws pertaining to prevailing wage.
6) We agree to take full responsibility for all costs of preparing this Response. We
waive any and all claims against Massport and its employees, representatives
and agents related to the cost of preparing, submitting and having Massport
review and evaluate this Response.
7) We have included the following required items as part of our Response:
Minimum Required Items Check if
Included:
Completed Respondent Information Form
Price Proposal Form
Certificate of Non‐Collusion
Attestation Regarding Filing of Tax Returns
Completed Specifications and Other Conditions Checklist
Response in format of Response Form Template, including:
References of other Energy Savings Contracts, if available
Statement on Quality of Products to be Used if Awarded Contract
Methodology of Energy Savings
Evidence of General Reputation and Performance Capabilities
Statement on Time for Performance of the Contract
DCAMM Certificate of Eligibility and Update Statement
Sealed Litigation History
Adhered to Format and is Complete
Sincerely,
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 40 of 58
[Insert name of Respondent]
By: [Insert authorized representative]
[Print or type name]
[Street address]
[City, State, Zip]
[Telephone]
[E‐mail]
[Date]
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 41 of 58
Respondent Information Form Developer Point of
Contact:
Name of Company:
Address:
City, State, Zip Code:
Phone:
Fax:
E‐mail
Federal tax id# (SSN for individuals):
Organizational structure:
Corporation:
Partnership:
Joint
venture:
Individual/Proprietorship
Other:
Ownership:
Public
stock:
Privately
owned:
Non‐
profit:
Minority and women business enterprise information (check as appropriate):
Minority
owned:
Women
owned:
Owned by person with
disability:
Small Business:
SDO Certified:
I have read, understand, and agree to comply with the terms and conditions for providing Energy
Management Services to the Awarding Authority as stated in the Awarding Authority’s Request for
Responses. Furthermore, I hereby certify, under penalties of perjury, that this response has been
made and submitted in good faith and without collusion or fraud with any other person. As used in
this certification, the word “person” shall mean any natural person, business, partnership,
corporation, union, committee, club, or other organization, entity, or group of individuals.
Signature ________________________________ Date ________________
If applicable, fill in the following:
I acknowledge receipt of Addendum No(s). ________, dated _____________.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 42 of 58
Appendix F. Price Proposal Form
All pricing should be provided using the Excel format. The program approach
considered for each site are specified within the form. Pricing may be offered for any or
all sites. In addition, a detailed budget narrative should be provided that includes
relevant pricing assumptions.
Note: For any leasing options, the Federal Aviation Administration and Massport
require that the lease rate be reassessed and escalated at least every five years based on
fair market value.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 43 of 58
Appendix G. Specifications and Other Conditions Checklist
The Massport Selection Committee reserves the right to consider Responses and
proposed solar EMS agreements void if they do not substantially conform to the
specifications and conditions outlined below. If Respondents (or their financing
parties) have any exceptions to the specifications and other conditions, please: (1)
describe the exception(s) and any proposed alternative; and (2) explain the need for
the exception in writing.
Specifications and Other Conditions Accepts
(Y/N)
The selected Contractor shall design, procure, install, test, commission, own,
operate, maintain, and decommission a solar photovoltaic (PV) power
generating system (“PV System”) with guaranteed electricity generation.
The price proposal shall include a breakdown of cost structure and other price
data for each proposed solar PV system.
Subject to successful negotiations, the selected Respondent (the Contractor)
and Massport will enter into a solar EMS agreement, and the Contractor shall
design, procure, install, test, commission, own, operate, maintain and
decommission a solar PV system with guaranteed electricity generation at the
project site(s).
The selected Contractor is responsible for obtaining all necessary permits and
approvals for the Project(s).
Massport reserves the right to require the posting of an assurance, in a format
acceptable to Massport (e.g., performance bond, security in escrow) to cover
some or all of costs associated with Contractor default, such as system
decommissioning and site restoration.
The installation must be in compliance with all local, state, and federal codes
and standards, including all recent additions to the Massachusetts Building
and Electric Codes.
The Contractor is responsible for confirming that a Massachusetts Electrical
Code (MEC) compliant interconnection, including any recommended
infrastructure improvements, can be made at the interconnection point.
As a condition of project acceptance, the Contractor will provide to Massport
ʺas builtʺ and record drawings of all existing and modified conditions
associated with the Project conforming to typical engineering standards. This
should include architectural, mechanical, electrical, structural, and control
drawings each stamped by a Massachusetts Registered Professional Engineer
(P.E.) for the corresponding discipline.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 44 of 58
Specifications and Other Conditions Accepts
(Y/N)
The Contractor shall assist Massport in meeting its annual solar EMS reporting
requirements to the Massachusetts Department of Energy Resources.
The Contractor will use a method for computing the actual generation and
Guarantee of Generation that is wholly consistent with the letter and intent of
the most recent version of the U.S. Department of Energy, Federal Energy
Management Measurement and Verification Guidelines (FEMP Guidelines).
The Contractor will be responsible for the payment of all taxes, including
without limitation real and personal property taxes.
The Contractor will be responsible for interfacing with the local utility
company for all matters required for the interconnection to the grid (e.g.,
metering, protection, extension of distribution lines for connecting the solar
facility to the grid). The Contractor will lead efforts to apply for
interconnection and SMART incentives (Interconnection Service Agreement,
SMART program applications) at no cost to Massport.
The negotiated solar EMS agreement shall contain a written guarantee of the
Contractor that either the guarantee of electricity generation (“Guarantee of
Generation”) shall be achieved or the Contractor shall reimburse Massport for
the shortfall amount, as well as the method to make Massport whole in the case
of a Guarantee of Generation shortfall, to be determined annually. In addition,
the Respondent acknowledges the Awarding Authority’s preference for a solar
EMS contract without any cap on Guarantee of Generation shortfall payments.
Massport shall require the selected Contractor to file a payment or
performance bond relating to the installation of the PV system in an amount
equal to 100% of the estimated contract value from a surety company licensed
to do business in the commonwealth and whose name appears on U.S.
Treasury Department Circular 570.
The Contractor, subcontractor(s), and employees for the project shall possess
certifications and/or licenses as required by the Commonwealth of
Massachusetts.
The Contractor shall not discriminate against any person, employee or
applicant for employment because of that person’s membership in any legally
protected class, including but not limited to their race, color, gender, religion,
creed, national origin, ancestry, age (40 years and over), sexual orientation,
pregnancy, citizenship, gender identity, handicap, genetic information, or
Vietnam era veteran status. The Contractor shall not discriminate against any
person, employee, or applicant for employment who is a member of, or applies
to perform service in, or has an obligation to perform service in, a uniformed
military service of the United States, including the National Guard, on the basis
of that membership, application, or obligation.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 45 of 58
Specifications and Other Conditions Accepts
(Y/N)
The Contractor shall be fully responsible to the Awarding Authority for the
acts and omissions of its subcontractors and of persons either directly or
indirectly employed by the Contractor, as it is for the acts and omissions of
persons directly employed by it. Nothing contained in this Agreement shall
create any contractual relation between any subcontractor and the Awarding
Authority.
The Contractor is required to pay prevailing wage rates for all employees
involved in providing contract services, as determined by the Department of
Labor Standards (M.G.L c.149, s.26 to 27H). For inquiry and clarification of
prevailing wage laws, contact DLS.
The Contractor shall perform its obligations hereunder in compliance with any
and all applicable federal, state, and local laws, rules, and regulations,
including applicable licensing requirements, in accordance with sound
engineering and safety practices, and in compliance with any and all
reasonable rules of Massport relative to the premises. The Contractor shall be
responsible for obtaining all governmental permits, consents, and
authorizations as may be required to perform its obligations hereunder.
The Contractor shall use only new, unused equipment, including a revenue‐
quality meter. The Contractor shall provide a Data Acquisition System (DAS)
with real‐time access to production data.
The Contractor will address both onsite usage of power by Massport and off‐
take of excess energy to other users (to the extent requested by Massport).
The Contractor agrees that the final system designs must be reviewed and
approved by Massport prior to construction.
The Contractor agrees to develop the proposed solar generation system in
accordance with the tilt and azimuth requirements identified in the site detail
in order to comply with FAA glare and setback requirements.
The Contractor agrees to review and note any exceptions to the minimum
contract terms included in Appendix D. The Contractor will not take
exceptions to these terms during contract negotiations.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 46 of 58
Appendix H. Response Form
Respondents are encouraged to provide a response that specifically addresses each of the items
below. Massport looks favorably upon responses that provide thorough, detailed responses and
follow the format below.
Executive Summary
Provide an executive summary introducing the Respondent and identifying and
introducing all known subcontractors. Include in this summary the site(s) applicable to
the Response.
i. Management & Performance Capabilities
a) Provide a list of persons and entities that comprise the project team, including
the Respondent, all known subcontractors, and identify each party’s role.
Describe any history of collaboration.
b) Describe any characteristics of the project team relevant to the current proposal.
c) Provide the number of full‐time personnel employed by the Respondent and
approximate number of personnel to be providing services.
d) Describe the Respondent’s proximity to Worcester Regional Airport, and how
this will influence the Respondent’s ability to perform construction,
installation, ongoing operations and maintenance, and emergency response.
e) Provide resumes of key project team members, including the anticipated day‐
to‐day project manager. Resumes should highlight technical and/or economic
expertise.
f) Highlight any existing relationships with the permitting authorities that you
anticipate will be involved in authorizing this Project (e.g., MassDEP,
municipal officials, FAA)
ii. Experience & Project References
a) Describe relevant project team experience in and capabilities to provide the services requested in this RFP. Summarize the relevant experience of the
party(ies) responsible for the following:
a. Design & Engineering
b. Permitting
c. Installation
d. Operations & Maintenance
b) Please discuss your experience related to large ground‐mounted solar arrays.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 47 of 58
c) Identify the number of MW (DC) capacity that the respondent has developed:
(1) in total, (2) in Massachusetts, (3) for Massachusetts public entities, and (4)
for airports. If providing numbers for more than one firm on the project team,
provide numbers per firm.
d) Describe the experience the Respondent has had with large‐scale, ground‐
mounted solar photovoltaic installations, particularly any experience
associated with developments in densely developed load zones or with
complex interconnection processes.
e) Provide detailed project information for three (3) reference projects of
comparable scope to this project that Respondent has implemented within the
last three (3) years. If possible, please highlight any examples of projects in
the Northeast, and if possible, specifically in Massachusetts. For each
reference project, please provide the following:
a. Location
b. System capacity c. Current status (pre‐construction, in construction, operation, etc.)
d. Customer name and contact information. It is understood that the
Awarding Authority may contact any or all of the above references regarding
the project and personnel performance as part of the RFP submittal review
process.
f) [Optional] If the Respondent is proposing to develop community shared solar
projects, describe the experience the Respondent has administering large‐
scale community shared solar projects and provide the following for
completed projects:
a. Location
b. System capacity c. Marketing plan for subscribing customers
d. Number of subscribers
e. Low and moderate income subscription
f. Billing method
iii. Project Approach
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 48 of 58
a) Please prepare a preliminary project approach with the following:
a. Preliminary system conceptual design;
b. System capacity (kW DC); c. Estimated output (kWh), Year 1;
d. Estimated output (kwh) over the term of the proposal;
e. Describe the design considerations the Respondent has used to
maximize the expected amount of solar electricity produced for each
site, including shading, spacing, azimuth, tilt and inter‐row shade
spacing.
f. Discuss proposed equipment, including modules, inverters, mounting
systems, etc.
g. Discuss sizing and/or orientation limitations, such as due to wetlands,
shading, or other site conditions.
h. Describe your assumptions and approach to structural and
geotechnical conditions at the site.
i. Detail the interconnection approach and any interconnection
concerns. Describe any work associated with interconnection
completed in preparation of this proposal.
b) What engineering studies will the Respondent, if selected, conduct to design
the system and prepare a price proposal? Summarize the level and depth of
the information and resources that will be required of Massport during the
engineering studies.
c) Describe your process for creating and modifying system designs as further
assessments or client feedback is achieved. Massport intends to
review/approve all final designs; explain how you will incorporate
Massport’s feedback in the design process.
d) Discuss any assumptions and risks associated with completing the project
under the SMART program, including which program block the project will
fall under.
e) Describe the Respondent’s project management protocols used to ensure
schedule adherence and timely completion of the Projects, including your
proposal for posting liquidated damages for delays and performance
shortfalls.
f) What quality assurance and commissioning procedures will you follow to
ensure the system design and installation meets all applicable building and
electrical codes?
g) Summarize Respondent’s operations and maintenance protocol, including
work ensuring that equipment warranties and maintenance records are
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 49 of 58
maintained and the requirements of the performance guarantee for savings is
met.
a. Provide a maintenance schedule for the site.
h) Summarize the investment that the Respondent is willing to make in this
project while the parties are negotiating an EMS agreement in good faith.
Identify any studies or processes that the Respondent is willing to start or
complete during this time (e.g., prepare system design, submit
interconnection application, conduct engineering assessments, prepare and
submit permits), and the approximate investment (e.g., est. value) that the
Respondent is willing to make in each task under these conditions.
i) Provide a detailed timeline of the Projects to be developed pursuant to this
RFP, including any assumptions regarding incentive timelines.
j) If applicable, describe your approach to including energy storage as part of
this solar project.
k) Explain your experience with and approach to vegetation management for
greenfield solar arrays.
l) [Optional] Describe your approach to custom community shared solar
program design. In particular, please identify your willingness to include
Massport in the design process and what specific role(s) that Massport would
hold.
m) [Optional] If applicable, describe your approach to offering discounted power
to low and moderate income (LMI) ratepayers. What eligibility criteria will be
used for LMI subscribers (e.g., DTI ratio, minimum FICO score, etc.).
n) [Optional] Explain how your firm will market to community solar
subscribers. What marketing approaches will be used? Provide sample
marketing materials, if appropriate.
iv. Method for Guaranteeing Electricity Generation & Determining Savings
Note: Methods for monitoring, measurement, and verification of guaranteed energy shall
conform to the most recent Performance Measurement & Verification Protocol (IPMVP) and
standards established by the Federal Energy Management Program of the U.S. Department of
Energy.
a) Describe preferred methodology for setting a guaranteed output (e.g.,
guaranteed output = 100% of expected annual output).
b) Describe Respondent’s methodology for calculating any shortfall payments.
Include any cap on shortfall payments, and whether required or preferred by
Respondent or Respondents’ anticipated financing partners.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 50 of 58
c) Describe the procedure to assign dollar values to the savings. List all assumptions, formulas and methodologies which Respondent uses to project
anticipated energy savings.
d) Describe Respondent’s standard measurement and verification procedures,
including reporting frequency, reconciliation methods, and timing.
e) Describe Respondent’s understanding of the SMART program and how
savings and value will be generated for Massport.
f) Explain Respondent’s metering strategy and familiarity with FEMP
Guidelines.
o) [Optional] For community shared solar installations, explain how savings and
value will be calculated for subscribers.
p) [Optional] Provide a sample subscriber contract. Also, explain the
Contractor’s process for subscription‐level:
a. Early termination
b. Cancellation fees c. Maintenance or administrative fees
d. Subscriber contract term g) [Optional] For community solar installations, Massport is interested in
periodic reporting confirming the number of subscribers and the range of
subscriber pricing that they are contracted for. Describe your approach to
fulfilling this requirement. How and with what frequency would reports be
submitted?
v. Financing Capabilities
a) Describe Respondent’s Financing Plan including any assumptions and
contingencies.
b) List the party(ies) responsible for project finance and describe their experience financing projects similar in scope to this project.
c) Provide a description of Respondent’s approach to financing the following
aspects of the project(s) to be developed pursuant to this RFP:
a. Development,
b. Construction financing, and c. Take‐out (term) financing.
d) From the date of signing the EMS, please estimate the time required to secure
and disburse construction financing funds.
e) Provide a detailed description, and accompanying diagram, of the planned
ownership structure.
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 51 of 58
f) Has the party responsible for project finance ever failed to secure financing
for a project under contract? If so, name the project, counterparty and provide
a counterparty contact, and explain why.
g) Detail any unique features that Respondent’s approach to project finance offers. Provide general financing terms of a reference facility where the
financial structure is similar to the proposed facility.
h) Please specify Massport’s obligations. What conditions precedent will the
Respondent or financial institutions require?
i) Describe any other factors which would strengthen the credibility of the
Respondent’s financial capacity to undertake the proposed project. “Other
factors” could include corporate strategies which establish and fund reserves
for contingent liabilities accruing from a growing portfolio of performance
contracts, escrows, energy hedging, letters of credit, or other financial tools.
j) Discuss whether your firm has ever been involved in a lawsuit or dispute
regarding a performance contract. If so, please provide all such incidents and
describe the circumstances and outcomes of such lawsuit or litigation.
Further, please discuss whether your firm has been barred from providing
performance contracting or other services in any states.
k) Please submit a detailed audited financial report prepared in accordance with
generally accepted accounting principles (GAAP) reflecting the current (as of
the most recent financial statement date) financial condition of the
Respondent. Such report must include a balance sheet, income statement and
statement of cash flows. Public entities or subsidiaries should attach SEC
Form 10‐K along with, as applicable, detailed statements for the Submitting
Entity. Non‐public entities may attach either unaudited financial statements
or copies of tax forms and schedules that are filed with the Internal Revenue
Service where applicable. If the Respondent is a project company or LLC,
provide such information regarding the financial resources of the owners or
members of the Respondent.
l) Does your firm have a rated parent? If so, what are the Moody’s and/or S&P
issuer and/or senior unsecured debt credit ratings?
m) Would such parent provide a parental guaranty naming Massport as
beneficiary? If so, please provide a form of that guaranty for Massport
review.
n) If a project company, LLC or other unrated firm or subsidiary, what other
form of backstop to Massport would be provided for financial/performance
assurance (e.g. letter of credit, bond, cash deposit, etc.)? Please describe in
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 52 of 58
detail all forms, processes, protocols for assuring creditworthiness and project
performance on which Massport can rely.
vi. Pricing Methodology and Assumptions
a) Provide examples of the specific costs and/or assumptions.
b) Highlight this project’s standing within the SMART program and your firm’s
assumptions about tariff blocks and adder tranches.
c) Briefly describe Respondent’s anticipated strategy to maximize the economic
benefits to Massport.
d) [Optional] Briefly describe Respondent’s anticipated strategy to maximize the
economic benefits to Community Solar Participants.
e) Does your approach to purchasing equipment and labor minimize
installation costs? If so, how, and what degree of impact does it have?
f) Massport is able to leverage internal capital funds for certain aspects of the
project (e.g., paving, fencing). Explain which project components you would
recommend that Massport finance internally, and how the resulting project
cost savings will be passed on to Massport. Specific pricing examples are
preferred.
g) Discuss how your firm will allocate any financial impacts on proposed
pricing caused by changes in financial incentives (reduction of federal tax
incentives, SMART blocks, etc.)?
h) Please describe any ancillary services that you will provide to Massport.
[Examples could include educational/curriculum materials or other
educational opportunities (e.g., speaking events, site visits), real‐time
production displays, electric vehicle charging stations, private sector
incentive rebates.]
i) Discuss your assumptions for interconnection costs, including any markup on
costs. How much have you assumed for interconnection at each site? If
interconnection costs are higher than anticipated, how will the Contractor
address these costs? At what cost threshold will the Contractor pass costs
along to Massport?
j) [Optional] For community shared solar installations, explain your approach
to ensuring full subscription of shares. If full subscription is not reached,
what party assumes responsibility for unsubscribed shares?
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 53 of 58
Appendix I. Certificate of Non‐Collusion
The undersigned certifies, under penalties of perjury, that this bid or proposal has been
made and submitted in good faith and without collusion or fraud with any other
person. As used in this certification, the word “person” shall mean any natural person,
business, partnership, corporation, union, committee, club or other organization, entity,
or group of individuals.
(Signature)
(Name of person signing proposal)
___________________________________
(Name of business)
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 54 of 58
Appendix J. Attestation Regarding Filing of Tax Returns
Please complete this form for each participating company on this proposal.
To: Massachusetts Port Authority
Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that the
undersigned offeror, to the best of his/her knowledge and belief, has complied with all
laws of the Commonwealth relating to taxes, reporting of employees and contractors,
and withholding and remitting of child support.
Federal Identification Number Signature of Individual or Officer
______________________________________________________________________________ Date Name of Corporation
Massport Solar Energy Management Services at Worcester Regional Airport A382-C1
Page 55 of 58
Appendix K. Sample Master Energy Management Services Agreement
Appendix L. Historical Electricity Usage
2015
Meter Locations Unit 2015‐7 (Jan‐15)
2015‐8 (Feb‐15)
2015‐9 (Mar‐15)
2015‐10 (Apr‐15)
2015‐11 (May‐15)
2015‐12 (Jun‐15)
2016‐1 (Jul‐15)
2016‐2 (Aug‐15)
2016‐3 (Sep‐15)
2016‐4 (Oct‐15)
2016‐5 (Nov‐15)
2016‐6 (Dec‐15) Totals
Pleasant Street, Signage kWh 337 320 454 469 501 427 234 159 241 240 428 548 4,358
Tower Fire Station Electric Account kWh 373 345 289 343 285 312 279 311 293 318 342 400 3,890
Electric Main, Worcester Airport Terminal kWh 268,800 228,000 190,800 235,800 382,200 226,200 210,000 241,200 222,600 186,000 122,400 207,000 2,721,000
Electric Main, Worcester Airport Terminal kW 432 402 372 336 510 468 492 504 486 516 786 396 122,400
Hazard Lights, Monticello Drive kWh 322 269 261 226 248 271 298 273 302 346 299 368 3,483
Lot 7, Light 7 kWh 10 9 7 7 7 6 6 9 10 11 12 16 110
300 Paxton Street kWh 40 38 21 27 41 14 37 18 28 23 28 24 339
Hazard Lights, Pleasant Street kWh 15 14 11 11 11 11 10 12 12 13 16 15 151
Marshall Street Pole 85, Main Electric kWh 30 30 23 27 28 28 29 26 31 22 29 27 330
Hazard Lights, Asnebumskit Hill kWh 34 35 28 30 31 32 31 33 30 31 28 25 368
TOTAL kWh 269,961 229,060 191,894 236,940 383,352 227,301 210,924 242,041 223,547 187,004 123,582 208,423 2,734,029 kW 432 402 372 336 510 468 492 504 486 516 786 396 786
2016
Meter Locations Unit 2016‐7 (Jan‐16)
2016‐8 (Feb‐16)
2016‐9 (Mar‐16)
2016‐10 (Apr‐16)
2016‐11 (May‐16)
2016‐12 (Jun‐16)
2017‐1 (Jul‐16)
2017‐2 (Aug‐16)
2017‐3 (Sep‐16)
2017‐4 (Oct‐16)
2017‐5 (Nov‐16)
2017‐6 (Dec‐16) Totals
Pleasant Street, Signage kWh 501 320 470 469 471 456 258 140 249 249 458 498 4,539
Tower Fire Station Electric Account kWh 413 372 343 345 347 306 308 291 314 331 372 396 4,138
Electric Main, Worcester Airport Terminal kWh 266,400 273,600 178,800 268,800 207,600 243,000 228,000 258,600 204,020 186,000 199,800 247,800 2,762,420
Electric Main, Worcester Airport Terminal kW 450 468 366 432 402 420 444 438 414 516 414 444 516
Hazard Lights, Monticello Drive kWh 290 282 272 243 222 280 290 309 355 326 320 355 3,544
Lot 7, Light 7 kWh 15 12 13 11 11 10 9 11 13 13 15 14 147
300 Paxton Street kWh 30 26 23 31 37 14 44 16 25 29 25 28 328
Hazard Lights, Pleasant Street kWh 11 14 15 15 15 16 17 16 17 15 16 17 184
Marshall Street Pole 85, Main Electric kWh 32 28 27 31 28 27 20 15 31 15 1,713 15 1,982
Hazard Lights, Asnebumskit Hill kWh 28 22 22 25 25 25 23 22 22 23 20 21 278
TOTAL kWh 267,720 274,676 179,985 269,970 208,756 244,134 228,969 259,420 205,046 187,001 202,739 249,144 2,777,560 kW 450 468 366 432 402 420 444 438 414 516 414 444 516
2017
Meter Locations Unit 2017‐7 (Jan‐17)
2017‐8 (Feb‐17)
2017‐9 (Mar‐17)
2017‐10 (Apr‐17)
2017‐11 (May‐17)
2017‐12 (Jun‐17)
2018‐1 (Jul‐17)
2018‐2 (Aug‐17)
2018‐3 (Sep‐17)
2018‐4 (Oct‐17)
2018‐5 (Nov‐17)
2018‐6 (Dec‐17) Totals
Pleasant Street, Signage kWh 533 299 454 516 441 441 183 2,867
Tower Fire Station Electric Account kWh 429 366 331 399 342 332 331 324 318 358 387 424 4,341
Electric Main, Worcester Airport Terminal kWh 254,400 223,800 249,600 237,000 222,000 222,600 247,200 224,400 196,800 208,800 216,000 226,200 2,728,800
Electric Main, Worcester Airport Terminal kW 432 426 432 432 474 462 516 468 510 522 390 426 522
Hazard Lights, Monticello Drive kWh 276 127 134 102 111 139 118 156 130 149 147 32 1,621
Lot 7, Light 7 kWh 17 14 15 15 15 9 21 14 14 16 14 15 179
300 Paxton Street kWh 26 26 23 30 38 14 43 16 28 26 26 28 324
Hazard Lights, Pleasant Street kWh 15 16 15 17 18 14 19 15 4 133
Marshall Street Pole 85, Main Electric kWh 15 14 16 15 14 16 15 16 14 15 15 12 177
Hazard Lights, Asnebumskit Hill kWh 23 20 20 23 19 16 15 28 3 32 199
TOTAL kWh 255,734 224,682 250,593 238,115 222,997 223,585 247,757 224,973 197,322 209,364 216,589 226,930 2,738,641 kW 432 426 432 432 474 462 516 468 510 522 390 426 522
Appendix M – Prevailing Wage Rates