EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

Similar documents
EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR CALL CENTER SERVICES RFP EM Date Issued: March 15, 2018

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR RENEWABLE ENERGY COMMUNITY DEMONSTRATION PROJECTS IN AFFORDABLE HOUSING RFP EM

EFFICIENCY MAINE TRUST REQUEST FOR QUALIFICATIONS FOR VIDEO SERVICES EM Date Issued: August 31, Closing Date: September 30, 2016

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR LOAD MANAGEMENT INNOVATION PILOTS RFP EM Date Issued: April 12, 2018

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR RESIDENTIAL BASELINE STUDY RFP EM Date Issued: January 6, 2015

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR. Consumer Products Program RFP EM Date Issued: 2/11/16

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Knights Ferry Elementary School District

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Energy Efficiency Programs Process and Impact Evaluation

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSALS

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

TOWN AUDITING SERVICES

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

REQUEST FOR PROPOSALS For Design Services for New Fire Station

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Request for Proposal. Housing Opportunity Program Development Services

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

El Paso Electric Company New Mexico Energy Efficiency and Load Management Programs

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Energy Savings Bid Program 2007 Policy Manual

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

INTRODUCTION. Organization Description

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Request for Proposal: NETWORK FIREWALL

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

REQUEST FOR PROPOSALS. Annual Audit and Tax Preparation

Request for Proposal. Parenting Education

GRANT FUNDING AND COMPLIANCE POLICY

Energy Trust of Oregon

Request for Proposal/Quotation for the. Emergency Medical Services Administrators Association of California

Amalgamation Study Consultant

Request for Proposal. Independent Living

REQUEST FOR PROPOSALS (RFP) For. External Audit Services

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Energy Trust Background

REQUEST FOR PROPOSAL (RFP)

Request for Qualifications Construction Manager at Risk Contract

REQUEST FOR PROPOSALS Paint Stewardship Program Public Awareness Study

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

Below are five basic procurement methods common to most CDBG projects:

BROOME COUNTY DEPARTMENT OF SOCIAL SERVICES

Request for Proposals

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

2016 Park Assessment

Request for Proposal: Alton Middle School NETWORK CABLING

STATE OF MAINE Department of Economic and Community Development Office of Community Development

PacifiCorp 2017S SOLAR Request for Proposals. Bidder s Conference Portland November 21, 2017

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

Policy on Principal Investigators Duties and Responsibilities on Sponsored Projects

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSALS ZONING CODE UPDATE

Ontario School District 8C

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

WATERFRONT COMMISSION OF NEW YORK HARBOR

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

REQUEST FOR QUALIFICATIONS FOR

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

Request for Proposal. Interpretation/Translation Services

REQUEST FOR QUALIFICATIONS

Pierce County Community Connections

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

***REVISED FEE SCHEDULE ATTACHED.*** Please replace Page 8 in the original Invitation with the revised Fee Schedule attached.

Appendix B-1. Feasibility Study Task Order Template

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

DEKALB COUNTY GOVERNMENT REQUEST FOR PROPOSAL WEBSITE RE DESIGN

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Transcription:

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM-006-2018 Date Issued: 11/20/2017

TABLE OF CONTENTS SECTION 1 RFP INFORMATION AND INSTRUCTIONS SECTION 2 BACKGROUND INFORMATION SECTION 3 SCOPE OF WORK SECTION 4 GENERAL RESPONSIBILITIES AND REQUIREMENTS SECTION 5 PROPOSAL REQUIREMENTS SECTION 6 PROPOSAL EVALUATION AND AWARD SECTION 7 GENERAL TERMS AND CONDITIONS Separate attachments: Attachment A Proposal Cover Sheet Form Attachment B Standard Agreement Attachment C Project Proposal Cost Form Page 1

SECTION 1 RFP INFORMATION AND INSTRUCTIONS 1.1 Title/Purpose, Forward Capacity Market Support Services: Efficiency Maine Trust (Trust) seeks a qualified bidder or team of bidders to support its participation in ISO New England s Forward Capacity Market. 1.2 Designated Contact Person for this RFP Ian Burnes, Strategic Initiatives, Team Leader Efficiency Maine Trust 151 Capitol Street, Suite 1 Augusta, ME 04330-6262 Email: ian.burnes@efficiencymaine.com, Phone: (207) 213-4149 1.3 Schedule of Activities Event Date/Deadline RFP Issued November 20, 2017 Questions Due December 8, 2017 Responses to Questions Posted December 13, 2017 Proposals Due at December 20, 2017 by 3:00 p.m. Eastern Efficiency Maine Trust office Anticipated Award Date December 22, 2017 Anticipated Contractor Start January 1, 2018 Schedule changes: Efficiency Maine Trust reserves the right to modify this schedule at its discretion. Any changes or additional information regarding the RFP schedule and pre-bid activities, including responses to questions, will be posted on the Efficiency Maine Trust website at: http://www.efficiencymaine.com/opportunities 1.4 Questions Questions regarding this RFP must be submitted by email to the Designated Contact Person specified in section 1.2, with the subject line: Questions, prior to the deadline for Questions Due specified in Section 1.3. 1.5 Submittal Deadline Proposals must be received at the Efficiency Maine Trust office by the deadline for Proposals Due in section 1.3. Any proposal received by the Trust after the exact date and time specified will not be considered. Proposals must be complete when submitted; changes or additions will not be accepted after the specified due date and time, except for any clarifications requested of bidders by Efficiency Maine Trust. It is the responsibility of each bidder to ensure timely receipt of its proposal. Further details regarding proposal requirements are provided in section 5. Page 2

1.6 Cost of Proposal Preparation Costs incurred in the preparation of any proposal in response to this RFP are the sole responsibility of the bidder. 1.7 Contract Term and Type The anticipated term of the contract is January 1, 2018 through December 31, 2020 with two optional one-year extensions by mutual agreement. The contract will be Time and Materials (T&M) with a Notto-Exceed maximum. 1.8 Contract Award Efficiency Maine Trust will notify all bidders of the contract award decision by email. The anticipated award date is specified in section 1.3. The Trust reserves the right to negotiate the final terms and conditions of the contract award with a winning bidder whose proposal is selected by the Trust, and to reject any winning bidder with whom the Trust cannot agree to terms and conditions meeting the Trust s needs, in the Trust s sole judgment. 1.9 Contracting Process The selection of service providers for energy efficiency and alternative energy programs administered by the Efficiency Maine Trust and the selection of grant recipients to receive funds administered by the Trust for energy efficiency and alternative energy projects is governed by the Efficiency Maine Trust Rule Chapter 1: Contracting Process for Service Providers and Grant Recipients, which can be found on the Efficiency Maine Trust website under Documents and Services: http://www.efficiencymaine.com/docs/agencyrules/chapter-1_contracting_final.pdf SECTION 2 BACKGROUND INFORMATION 2.1 Efficiency Maine The Trust is the independent, third-party administrator for energy efficiency programs in Maine. The Trust s mission is to lower the cost and environmental impacts of energy in Maine by promoting costeffective energy efficiency and alternative energy systems. The Trust does this primarily by delivering rebates on the purchase of high-efficiency lights and equipment to help customers save electricity, natural gas, and heating fuels throughout the Maine economy. The Trust is governed by a stakeholder Board of Trustees with oversight from the Maine Public Utilities Commission. 2.2 Background The Trust is maintaining on-peak demand resources in Forward Capacity Auctions (FCAs) 1, 3, 4, 5, 6, 7, 8, 9, 10 and 11. Starting in FCA 7 the Trust added increments to its FCA 6 resource and has continued through FCA 12. In addition, the Trust has a distributed generation resource in FCA 6, and FCA 7. 2.3 Additional Background Information Page 3

Additional background and reference information which may assist bidders in preparing a response to this RFP is available on-line as follows: TITLE Efficiency Maine Trust website Efficiency Maine 2016 Annual Report LOCATION (link) www.efficiencymaine.com http://www.efficiencymaine.com/docs/fy2016- Annual-Report.pdf SECTION 3 SCOPE OF WORK On behalf of the Trust, manage the analysis, activities and transactions required for its participation in the Forward Capacity Market (FCM) in accordance with ISO-NE requirements, schedules and deadlines, which include but are not limited to the following tasks: 1. Electronic transactions: Perform electronic transactions with the ISO New England (ISO-NE) utilizing the ISO-NE s Energy Efficiency Measure Database (EEM), Customer Asset Management System (CAMS), Forward Capacity Tracking System (FCTS), and submit meter readings. Maintain updated certification for data submission and keep records of monthly data submittals. 2. Submissions to ISO-NE: Oversee the submission of all materials, documents and reports required by ISO-NE for participation in the FCM. These include but are not limited to Show of Interest; Qualifications Package and related submissions; Quarterly Critical Path Schedule (CPS) Updates; Monthly Performance updates; and Annual Certification of Accuracy of Measurement and Verification Documents. This work involves coordination with the Trust and its contract delivery teams. 3. Show of Interest: Work with the Trust to develop a strategy for each auction period considering the Trust s current position in the market, its pace toward meeting it future obligations, the financial risks, and any possible policy changes in market rules. The Contractor will work with the Trust staff and with its database provider to forecast the Trust s position in the upcoming auction period. 4. New Resource Qualification: The Contractor will update the strategy developed for the show of interest and work with the Trust staff and its database contractor to collect the information necessary to complete the necessary forms for the qualification process and address any questions that ISO-NE may have. 5. Existing Resource Qualification: The Contractor will work with the Trust staff to identify any changes necessary in the measurement and verification plans for existing resources. In addition it will work with the Trust staff and its database contractor to complete the expiring measures report and any other information requested by ISO-NE to complete the existing capacity qualification. 6. Bidding and Auctions: Assist with bidding strategy development, Mock Auction participation, auction bidding process and post-auction reporting and follow-up activities. Page 4

7. Financial Assurance: Monitor and calculate Financial Assurance (FA) requirements and deadlines and advise the Trust staff with sufficient lead time to assure full compliance with market rules. The contractor will also maintain a forecast of upcoming FA commitments. 8. Revenue stream: Assist with the review of revenue calculations to assure that the Trust is properly receiving revenues due to it. 9. General: a. Assist with and strategize the Trust s participation in monthly and annual reconfiguration auctions and bilateral agreements, as needed. b. Provide continuous monitoring of ISO-NE market rules and conditions and provide timely advice to the Trust staff regarding market changes, implications and suggested response. c. Participate in relevant trainings regarding the ISO-NE FCM and in the ISO-NE Demand Response Working Group, on behalf of the Trust. d. Prepare and participate in monthly meetings with the Trust staff to communicate project activities and current FCM matters. 10. Program Savings Oversight & FCM Strategy Development: Work with the Trust staff and the Trust s contract delivery teams to track, monitor and review realized electric capacity savings from Efficiency Maine programs and the pace toward realizing the obligations of the Trust. Based on the Trust s progress toward meeting its obligations the Contractor should develop multiple trading strategies and then participate in reconfiguration auctions and bilateral capacity trades to maximize revenue to the Trust while minimizing risk. 4.1 Contractor Responsibilities The winning bidder will be responsible for adhering to the following requirements: Confidentiality. The winning bidder will be required to adhere to the confidentiality requirements specified in the Standard Agreement, Rider B, Section 23, Confidentiality (see Attachment B). The winning bidder and each of its subcontractors, if any, will be required to sign a non-disclosure agreement before any customer data is provided by the Trust. Project Personnel. In accordance with Standard Agreement, Rider B, Section 3, Provider Personnel (see Attachment B), no re-deployment or replacement of any Key Personnel may be made without the prior written consent of the Trust. Program Transition. The Trust expects the winning bidder to work with all preceding and succeeding contractors to accomplish a smooth transition. The transition must be performed in an organized and efficient manner with a minimum of disruption to customers, vendors, trade allies, contractors, and other energy-efficiency service partners. 4.2 Efficiency Maine Trust Responsibilities Efficiency Maine Trust, through its designated project manager for this contract, will be responsible for overseeing and managing all work undertaken by the winning bidder, including but not limited to: Page 5

Providing contract oversight and management; Providing accurate data on program performance; Reviewing, commenting on, and approving all contract deliverables; and Reviewing and approving, or rejecting, invoices. SECTION 5 PROPOSAL REQUIREMENTS 5.1 Project Organization and Staffing Requirements Proposals that include teaming arrangements must designate one party as the lead bidder. Personnel who are proposed as project staff shall be the actual contract performers. 5.2 Submittal Requirements Proposals must be delivered to the Trust by the due date and time specified in section 1.3 of this RFP to the attention of the Designated Contact Person specified in section 1.2. Proposals must be delivered in an envelope or package visibly labeled: Response to, Request for Proposals. The proposal submission must include: One (1) signed unbound original, including all sections, forms and appendices; Four (4) bound hard copies of the entire original; and One (1) electronic copy on CD of the complete proposal. o All files on the CD must be provided in Microsoft Office and/or PDF format o A copy of Project Cost Form (Attachment C) must be provided separately in Microsoft Excel format Efficiency Maine reserves the right to reject any proposal that does not meet these requirements. 5.3 Format Requirements Proposals will be evaluated for adherence to the following format requirements: Proposals must be typewritten, using a standard font (11 or 12 point). Each page should state the page number, the name of the bidder, and the RFP number. Each page should have one inch margins. Proposals must adhere to prescribed page limits specified in section 5.4. Please note that each printed side counts as one page. Unnecessary attachments (i.e. any attachments beyond those sufficient to present a complete and effective proposal) should be avoided. Efficiency Maine reserves the right to reject any proposal that does not meet these requirements. Page 6

5.4 Content and Organization Requirements The proposal must include the following contents presented in the following order: 1. Proposal Cover Sheet Form The proposal must include a completed, signed Proposal Cover Sheet Form, which is provided in Attachment A to this RFP. 2. Letters of Commitment The proposal must include a brief Letter of Commitment, on company letterhead, signed by an appropriate officer of the lead bidder who can bind the company to a contract. If the proposal involves any subcontractors, a Letter of Commitment from each subcontractor, signed by an appropriate officer of the subcontractor who can bind the company to a contract must also be included. 3. Table of Contents 4. Introduction (1 page maximum) Summarize understanding of the services requested in the RFP and proposed approach to fulfilling the requirements of the RFP. Briefly describe the proposed project team and its qualifications. 5. Statement of Work (5 pages maximum) Overview: Provide an overview of the proposed approach to fulfilling the requirements of Section 3 - Scope of Work. Identify strengths and unique features of proposed approach. Proposed Work Plan: Specify the project work plan, including the proposed approach, methods, activities, and associated deliverables. Discuss the plan for completing each specific component detailed in Section 3 Scope of Work, including specific activities to be completed and coordination with the Trust. Program Transition: Explain the proposed approach to transitioning program delivery from the Trust s prior program delivery contractor to the bidder, as applicable. Specify the strategy for assuming any existing financial obligations and requirements of program delivery, including, but not limited to, providing customer incentives and technical services. 6. Staffing, Management and Qualifications (15 pages maximum) Overview: Briefly describe the overall staffing plan and management approach to the project, including coordination with subcontractors when applicable. Organizational chart: Provide an organizational chart of the proposed team for the project. The chart should identify key team members and their project roles; illustrate relationships between the individual staff and the organizations (Trust, the lead bidder and any subcontractors); and clearly indicate the primary point of contact for the Trust. Individual qualifications: For each staff member on the project team, please provide a brief narrative that includes a description of the individual s role on this particular project and a Page 7

summary of his or her relevant skills, qualifications, experience, and expertise. (Resumes must be included in a separate appendix). Corporate qualifications: Describe the corporate qualifications of the project team, including the lead bidder and each subcontractor, in reference to the proposed project. Along with the description, provide a list of relevant projects completed by the lead bidder and each subcontractor within the past 5 years. Financial capability: Disclose and provide details regarding any bankruptcy petition (whether voluntary or involuntary), receivership, insolvency event, or similar adverse financial circumstance suffered or incurred by bidder (or any predecessor entity) within the three years preceding the date of submission of this proposal. Disclose and provide details regarding any litigation, arbitration, or administrative proceedings involving bidder within the three years preceding the date of submission of this proposal in which the amount claimed or adjudged against bidder exceeded $50,000. Upon request, in order to provide the Trust with the ability to judge the bidder s financial capacity and capabilities to undertake and successfully complete the contract, the bidder may be required to submit two years of certified financial statements that include a balance sheet, income statement and statement of cash flow, and all applicable notes for the most recent calendar year or the bidder s most recent fiscal year. If certified financial statements are not available, the bidder should provide either a reviewed or compiled statement from an independent accountant setting forth the same information required for the certified financial statements, together with a certification from the Chief Executive Officer or the Chief Financial Officer, that the financial statements and other information included in the statements fairly present in all material respects the financial condition, results of operations and cash flows of the bidder as of, and for, the periods presented in the statements. In addition, the bidder may be required to submit a bank reference. The bidder may clearly mark financial documents submitted in connection with the proposal as Confidential Financial Information. 7. Budget/Cost Proposal (2 pages maximum) Project Proposal Cost Form. Provide a completed Project Proposal Cost Form, provided as Attachment C to this RFP, for the two year period starting on January 1, 2018, detailing the breakout of costs, including labor hours, hourly rates, and costs for all personnel, including any subcontractors; other direct costs; and total costs. All related expenses must be included and itemized. Any costs not included in the proposal will be disallowed. Provide a narrative explanation/justification of proposed project costs. Time and Materials with Not to Exceed Maximum: The bid should reflect an understanding that under the resulting contract agreement the winning bidder will be reimbursed on a time and materials basis up to an agreed upon Not to Exceed Maximum amount. Appendices Appendix A - References: Provide at least three (3) references each for the lead bidder and each subcontractor included in the bid. For each reference, please provide current contact information (name, company, telephone number and email address) and identify relevant projects performed by the bidding organization for the named reference within the past 5 years. Page 8

Appendix B - Resumes (2 pages per person maximum): Provide resumes of all project team members identified in the proposal. Note: any additional pages over the 2-page per person limit will not be considered. SECTION 6 PROPOSAL EVALUATION AND AWARD 6.1 Evaluation Criteria In evaluating proposals submitted in response to this RFP, the proposal review team will use the following criteria, which are described in subsequent paragraphs: MAXIMUM SCORING CATEGORY POINTS 1. Statement of Work 25 2. Staffing, Management and Qualifications 40 3. Project Cost/Budget 25 4. Overall Quality and Responsiveness 10 TOTAL 100 1. Statement of Work o Does the Statement of Work present a comprehensive, sound approach for accomplishing the requirements of this RFP? o Is the Statement of Work thorough, specific and responsive to the requirements and details specified in the RFP? o Does the proposal demonstrate a clear understanding of the services requested in this RFP the Trust s expectations for this work? o Does the Statement of Work reflect industry best practices? 2. Staffing, Management and Qualifications o Is the proposed project staffing plan clear, well-defined and appropriate to the substance and scope of the services requested by the Trust? o How qualified are the proposed personnel in terms of skills and experience relevant to this particular project? o How qualified are the proposed organizations (lead bidder and subcontractors) in terms of demonstrated experience and capacity to execute this work? 3. Budget/Cost o How does the bid compare to the Trust s available budget and to the other bids? o Is the proposed budget consistent with the proposed Statement of Work? Are appropriate resources being allocated to the individual tasks and sub-tasks? o How do the billing rates compare to other bids? 4. Overall Quality and Responsiveness o What is the overall quality of the proposal submission, including but not limited to: completeness, clarity, attention to detail, adherence to instructions and requirements Page 9

o and lack of errors? Does the proposal reflect and respond to the specific attributes of the RFP and the Trust s priorities for the project? SECTION 7 GENERAL TERMS AND CONDITIONS 7.1 RFP Process Reservation of Rights Efficiency Maine Trust reserves the right to modify the RFP process at any time. The Trust also reserves the right to reject any and all proposals and to waive formalities, if doing so is in the best interests of Efficiency Maine Trust. 7.2 Contract Agreement and Terms The standard contract document that will complete the agreement between the winning bidder and the Trust is provided as Attachment B Standard Agreement. Bidders should carefully review the Standard Agreement, including Riders. Payment terms and invoice requirements under the resulting contract are governed by the Standard Agreement, section 3, and Rider A. Termination of the agreement by the Trust is governed by the Standard Agreement, section 7. 7.5 Request for Reconsideration An aggrieved person may request a hearing for reconsideration of a contract award decision by filing a written petition with the Executive Director of Efficiency Maine Trust within 14 calendar days of the notification of the contract award. Each petition to reconsider must meet the requirements specified in Efficiency Maine Trust Rule Chapter 1, Contracting Process for Service Providers and Grant Recipients, Section 5(B), which can be found on the Efficiency Maine Trust website under Documents and Services: http://www.efficiencymaine.com/docs/agencyrules/chapter-1_contracting_final.pdf Page 10