Loading...
HomeMy WebLinkAbout1/21/2015 - STAFF REPORTS - 4.B. 4��F A LM SpR iy c+ V N fi 4a +i oroec.e ••+e c441 F0"`'�P CITY COUNCIL STAFF REPORT DATE: January 21, 2015 Unfinished Business SUBJECT: CITY WIDE SOLAR REQUEST FOR PROPOSAL UPDATE FROM: David H. Ready, City Manager BY: Special Projects Coordinator SUMMARY The proposed action is to Receive and File the Draft Solar Request For Proposal (RFP) document with the advisement that the final document availability will be advertised for January 22, 2015. RECOMMENDATION: 1. Receive and File Request For Proposal #03-15, Design-Build Services of Solar Electric Systems. STAFF ANALYSIS: With the assistance of Newcomb/Andersen/McCormick (NAM) staff has developed a comprehensive RFP seeking proposals from firms interested in providing proposals to Design-Build Solar Electric Systems for fourteen (14) municipal sites within the City. These sites include the four for which the City received grant funding from South Coast Air Quality Management District. The RFP document requests that interested parties provide proposals for all fourteen (14) sites under two different scenarios: first, Design-Build all sites as a project the City provides the capital for, and second Design-Build under a Power Purchase Agreement (PPA) approach where the systems are owned by a third party and the City buys the power produced with all capital coming from the third party. The general call for proposals, requested scopes of work as well as site maps are attached to this report and are shown as drafts. The complete document will include City Attorney approved Design-Build contracts for both of the above described Item No. 43 , City Council Staff Report January 21, 2015 Page 2 Solar RFP scenarios as well as other site specific reference documents for use by the proposers in preparation of their responses. The proposed schedule calls for the documents to be advertised on January 22, 2015, a Pre-Proposal Conference and tours of the facility on February 12, 2015, and deadline for proposals on March 19, 2015. FISCAL IMPACT: Fiscal impact of the projects will not be known until the proposals have been received and are evaluated. UgUYT Allen F. Smoot, Special Projects Coordinator David H. Ready, ager Attachment: Portions of Draft RFP 02 i CITY OF PALM SPRINGS,CA NOTICE INVITING REQUEST FOR PROPOSALS #03-15 FOR DESIGN-BUILD SERVICES OF SOLAR ELECTRIC SYSTEMS NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals("RFP")from qualified contractors to provide Design-Build Services of fourteen (14) Solar Electric Systems ('the Systems')under terms set forth in this RFP. SCOPE OF SERVICES: The City intends to hire a Design-Builder to either design and construct turnkey certain solar PV energy projects for City acquisition upon completion; or design and construct such projects under private ownership and sell power to the City as further described in this RFP. The City Council has directed that for this project Proposers submit alternate proposals for each of the two above stated options. The following is a list of the individual sites (the Sites') which have been identified as candidates for PV system installations: • Animal Shelter • Convention Center • Demuth Community Center • Demuth Park • Downtown Parking Structure • Fire Station#1 • Fire Station#3 • Fire Station#4 • James 0.Jessie Desert Highland Unity Center • Sunrise Plaza Complex • Tahquitz Creek Golf Course • Train Station • Visitor's Center • Wastewater Treatment Plant CONTRACTOR LICENSE REQUIREMENTS: The City requires that Respondents possess, at the time of submission of a Proposal, and at the time of award of the Agreement, and at all times during construction activities, a current and valid General Contractor's License(B)and an Electrical Contractor's License (C-10). It shall be acceptable for a Respondent that does not possess a C-10 License to list a Subcontractor with a C-10 License. A Solar Contractor's License(C-46) is desired, but is not mandatory. MANDATORY PRE-PROPOSAL CONFERENCE: Prospective Proposers are REQUIRED to attend a Pre-Proposal Conference. The Pre-Proposal Conference will be held on Thursday, February 12, 2015. Participants will meet promptly at 8:00 am at the Palm Springs Pavilion, 405 S. Pavilion Way, Palm Springs CA, 92262, Failure of a Proposer to attend the pre- proposal conference will result in rejection of any proposal by such Proposer. All sites will be available for proposers to visit on the day of the Pre-Proposal Conference only. The Sites will be open from 9:00 am to noon and 1:00 pm to 4:00 pm. A City Representative will be available at each site to direct Proposers to the electrical rooms;the representatives will not be answering RFP#03-15 1052)19.1 03 i questions as all questions must be in-writing and submitted to the Procurement Manager as called out elsewhere in this document. Please note that due to the multiple sites and the spread out nature of these sites Proposers may wish to bring more than one team to review the sites to assure enough time for a thorough review. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP documents shall be provided via electronic link for download to those Contractors that register with the City as a Proposer per the instructions below. Contractors that download the RFP documents shall be required to create printed copies at their own expense. No refunds will be made for the printing of RFP Documents by interested Proposers. If you are interested in submitting a Proposal you must contact Marina Williams, Procurement Specialist I, by email at Marina.Williams(o)palmsprinpsca.gov or by phone at (760) 322-8373, to register as a Proposer for this project with your company name, address, phone, fax, contact person and e-mail address. Proposers must register with Ms.Williams to obtain the link to the RFP Documents and to ensure receipt of any addenda issued; failure to register may result in failure to receive addenda. EVALUATION OF PROPOSALS AND CITY COUNCIL AWARD OF PROJECT CONTRACT: This solicitation has been developed as a Request for Proposals ("the RFP"). Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE ALONE WILL NOT BE THE SOLE DETERMINING CRITERIA. (It is further noted that the City is a charter city under California law, and it is therefore conducting this proposal process as a non-competitive bid process. Therefore, state law rules generally governing formal competitive bid procedures are not applicable to this charter city project) The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any,will be made by the Palm Springs City Council. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by-CLOSE OF BUSINESS, THURSDAY, March 19, 2015. Please note that City Hall closes at 6:00pm local time. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager RFP#03-15 ios29av 1 04 i ?PLM Ot aq CITY OF PALM SPRINGS,CA REQUEST FOR PROPOSALS #03-15 FOR DESIGN-BUILD SERVICES OF SOLAR ELECTRIC SYSTEMS Requests for Qualifications and Proposals (RFP #03-15) for Design-Build services of Solar Electric Systems for the City of Palm Springs, CA, will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until Close of Business, Thursday, March 19, 2015. Please note that City Hall closes at 6:00pm local time. It is the responsibility of the respondent to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. Telegraphic, telephonic, faxed or emaiied proposals will not be accepted. Late proposals will not be accepted and shall be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals(under"Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. 1. PURPOSE AND SCHEDULE: Through this Request for Qualifications and Proposals ("RFQ/RFP"), the City intends to award a Contract (either a Design Build Contract or Power Purchase Agreement, at the sole discretion of and determination by the City) for Design and Construction of certain "Energy Conservation Measures" in the form of solar panels, monitoring systems, and tracking devices ("Solar PV Systems"). The City seeks highly qualified and experienced individuals, partnerships, corporations, associations, or professional organizations ("Respondent(s)" or "Firm(s)") to provide engineering, design, procurement, construction management, installation, construction, training, monitoring, verification, maintenance, operation, and repair services ("Services") for Solar PV Systems at the following fourteen (14) sites("Site(s)"), which have been designated as having"high potential"for Solar PV systems: • Animal Shelter—4575 E. Mesquite Ave., Palm Springs CA 92264 • Convention Center—277 N. Avenida Caballeros, Palm Springs, CA 92262 • Demuth Community Center-3601 E Mesquite Ave, Palm Springs, CA 92264 • Demuth Park—Palm Springs, CA 92264(33'48.509%-116*29.907') • Downtown Parking Structure—275 S. Indian Canyon Drive, Palm Springs, CA 92262 • Fire Station#1 —277 N. Indian Canyon Drive, Palm Springs, CA 92262 • Fire Station#3—590 E. Racquet Club Road, Palm Springs CA 92262 • Fire Station 94— 1300 S La Verne Way, Palm Springs, CA 92264 • James 0. Jessie Desert Highland Unity Center, 480 Tramview Road, Palm Springs, CA 92262 • Palm Springs Train Station, 63950 Palm Springs Station Road, Palm Springs CA 92262 • Palm Springs Visitor Center—2901 North Palm Canyon Drive, Palm Springs CA 92262 • Sunrise Plaza Complex(Baseball Parking, Library Roof, Community Center Roof) -405 S Pavilion Way, Palm Springs, CA 92262 • Tahquitz Creek Golf Course— 1885 Goldf Club Dr., Palm Springs CA 92264 • Wastewater Treatment Plant—4375 E Mesquite Ave, Palm Springs, CA 92264 Respondents shall perform all appropriate assessments of existing Sites, buildings, and systems in order to understand local conditions and their implications in terms of system design, RFP#03-15 IU52919.1 05 i construction, and operation. Respondents shall propose Solar PV Systems for each Site. If additional due diligence identifies deficiencies with a Site, Respondents must address this issue in its statement and proposal and present potential solutions to the City. It is the responsibility of each Respondent to perform sufficient due diligence to determine what will be required for the proper implementation of the Solar PV Systems at the Sites. Two Options To Be Proposed by Proposers. The City Council has directed that Proposers make two separate optional bids. The City intends to contract with a Firm to either Design-Build the Project for City acquisition, or to design/build the Project and sell power to the City in order to implement the Solar PV Systems at the Sites. (1) Under the City acquisition approach, the Proposer shall propose a bid for the design and construction of the Project. City shall take title to the Project when the Project is complete. Progress payments will be made as construction proceeds; (2) Under the City purchase of power approach, the Proposer shall propose a monetary bid relating to various terms and conditions of the Proposers sale of energy to the City. Proposers are encouraged to include provisions in the purchase power option relating to reversion of legal title of ownership to City after a period of years, or consideration of lease provisions mutually advantageous to both parties. The City will evaluate each response to this RFP as a single package. Also, a site-by-site evaluation will also be included in the analysis. Construction Deadline. The City requires that construction be performed and completed by June of 2016. Each Site may not have sufficient physical space to offset Site loads with on-site generation; therefore, the City's primary goal for this Project is to balance potential system sizes as constrained by the allowable area for installations with the maximum financial benefit to the City. The Respondent shall take into consideration each Sites' available solar resources; site electrical switchboard bus ampacity; shading impacts of nearby buildings, structures, or trees; geotechnical, structural and load constraints; available space; utility interconnection requirements; ADA accessibility compliance; applicable California state and local ordinances and codes;budget constraints; storm water prevention; and other relevant factors. Exhibit 7, "Site Layouts" indicates available space and City preferences for solar installations, as well as offset targets for system production. The City does not warrant that these locations are necessarily acceptable for PV installation in terms of structural, civil, or other possible constraints. These are simply the preferred locations. Respondent may propose systems in areas not identified as potential locations for solar in Exhibit 7. Respondent shall include the preliminary design and justification for all alternate locations in their Proposal. Exhibit 9 "Site Electrical Single Lines," Exhibit 10, "Roofing Structural Drawings," and Exhibit 11, "Geotechnical Reports" provide information regarding each site. Utility Load data for each site can be found in Exhibit 8 All information is not available for each site. SCHEDULE: Notice requesting Proposals posted and issued ..............................................January 22,2015 Mandatory Pre-Proposal Conference ........................................February 12, 2015, 8:00 AM. Deadline for receipt of Questions..............................................February 26,2015,3:00 P.M. Deadline for receipt of Proposals................. March 19,2015,-Close of Business(6:OOpm) Short List!Interviews!, 'if desired by City..........................................................to be determined Contract awarded by City Council...................................................................... to be determined Dates above are subject to change. "KEY"TO RFP EXHIBITS: RFP#03-15 i oszn�ei 06 i EXHIBIT 1-Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Qualifications&Technical Proposal envelope. EXHIBIT 2— Non Collusion Affidavit Form. *Must be completed and included with Qualifications and Technical Proposal envelope. EXHIBIT 3—Cost Proposal Form. *Must be completed and included in a separately sealed envelope—do NOT include this with your Technical Proposal. EXHIBIT 4—Design Build Contract EXHIBIT 5—Power Purchase Agreement EXHIBIT 6—Scope of Work and Requirements EXHIBIT 7—Site Layouts EXHIBIT 8—Utility Load Data EXHIBIT 9—Site Electrical Single Lines EXHIBIT 10—Roof Structural Drawings EXHIBIT 11 —Geotechnical Reports 2. BACKGROUND: The City of Palm Springs, CA located in the southern California desert with abundant sunshine desires to harness this natural resource and implement solar electrical systems where physically appropriate and financially feasible to further enhance our sustainability efforts and achieve our energy conservation goals and objectives. 3. SCOPE OF WORK, SERVICES,OBJECTIVES AND SPECIFICATIONS: Generally,the principle responsibilities and scope of work consists of, but is not limited to, 1 Field Code thanoed • Project Management • System Design • System Aesthetics • Procurement/Construction • Testing • Operations and Maintenance • Production Guarantee • Training Details of each of the above tasks are outlined in Exhibit 6, Scope of Work and Requirements. CONTRACTOR LICENSE REQUIREMENTS: The City requires that Respondents possess, at the time of submission of a Proposal and thereafter, a current and valid General Contractor's License (B) and an Electrical Contractor's License (C-10). It shall be acceptable for a Respondent that does not possess a C-10 License to list a Subcontractor with a C-10 License. A Solar Contractor's License(C-46)is desired, but is not mandatory. 4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not RFP#03-15 1052'W9.1 07 i approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. 5. SELECTION PROCESS: This RFP as noted is not a formal competitive bid process. City in its absolute discretion will consider multiple factors as further noted herein to in selecting the proposal which best meets the RFP requirements. PRICE ALONE WILL NOT BE THE SOLE DETERMINING CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. Insurance, surety bonds, and license requirements are required and set forth in the attached sample design/build and power purchase agreements. 6. PROPOSAL EVALUATION CRITERIA: An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate the proposals. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria. A. Firm, Project Managers/Staff, Experience and Qualifications. (Scoring Weight 10 pts) Design qualifications of the firm and the staff assigned to manage and provide services related to the Scope of Work; experience with similar projects, experience coordinating with and obtaining interconnection agreements from Southern California Edison (SCE) and rebates through the CPUC CS] Rebate program. The proposal shall include, at the least,the following components: • High quality recent reference list in California • Organizational chart showing key team members and executive team • Likely subcontractor information • Design qualifications • Company financial information • Company description B. Understanding the Scope of Work(as outlined In Exhibit 6)(Scoring Weight is 30 pts total: 10 pts for Approach, and 20 pts for Technical Proposal). Degree of understanding of the project and familiarity with the project. Proposed approach to the project, including the expected time commitment of key personnel, technical approach to the project, and the emphasis placed on project phases. As this Request for Proposals has identified a Scope of Work, consideration of this factor will focus on identification of "critical issues" to the project, approaching to resolving critical issues, and other elements relating to the Scope of Work. The proposal shall include, at the least,the following components: • Acknowledgment and understanding of design review process • Acknowledgment and understanding of permits, interconnection process, and rebates • Training approach • Implementation approach • A quality technical solution appropriately broken down • Site layouts for each site and site option • Component cut sheets • Description of system start-up and commissioning procedures C. Schedule of Performance. (Scoring Weight 10 pts) Ability to complete the Scope of Work in accordance with the firm's project schedule. The project schedule must clearly and concisely present a timeline outlining major milestones leading to completion of the project. "Critical Issues" identified as part of criteria B above shall be considered in the schedule. Ability to maintain the Project within the selected time frames. The proposal shall include, at the least,the following components: • Realistic schedule reflecting client milestones and constraints in an appropriate format(preferable MS project) RFP#03-15 10529491 08 i • Description of deliverable, accounting for review time • Description of design timeline • Description of procuring long-lead time items D. Proposed System Aesthetics. (Scoring Weight 15 pts). Ability to design and choose PV panels for their aesthetic properties without hindering performance. It is important to the City of Palm Springs the Solar PV System aesthetically integrate with the local neighborhood.The proposal shall include, at the least,the following components: • Photographs or renderings of proposed systems • Description discussing how vendor will meet City's aesthetic requirements E. Local Expertise Demonstrated on the Team. (Scoring Weight 5 pts). City encourages Proposers to use local capable firms as subcontractors where possible. Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section D.1 below will be considered as a positive factor in the evaluation committee's review. F. Total Project Cost. (Scoring Weight 30 pts). The highest value proposal for the Project will be awarded the maximum cost points available and all other cost proposals will receive points on a pro-rated basis. Highest value is determined by both system cost and system output resulting in the greatest net benefit to the City. PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The proposals must be in an 8 1/2 X 11 format, may be no more than a total of fifty (!SO) sheets of paper(double sided is �, including a cover letter. NOTE: Dividers,Attachments included in this RFP that are to be submitted with the proposal, Addenda acknowledgments and the separately sealed Cost Proposal do NOT count toward the page limit. Interested firms shall submit EIGHT(8)copies (one marked "Oriainal" plus seven (7) copies)of both your TechnlcalNVork Proposal and your Cost Proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #03-15, REQUESTS FOR PROPOSALS FOR DESIGN-BUILD SERVICES FOR SOLAR ELECTRIC SYSTEMS. Within the sealed proposal package, the Cost Proposal shall be separately sealed from the TechnicalNVork Proposal. EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: ENVELOPE #1, clearly marked "Qualificationsfrechnical Work Proposal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment(see-Exhibit 1) • If applicable, your specific request for Local Preference (reference Exhibit 1 and check the appropriate box) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Completed,and notarized, Affidavit of Non-Collusion(see-Exhibit 2) RFP#03-15 0521N9.I 09 i • Copy of your current Class B Contractor's license, as well as your(or your subcontractor's) C-10 Contractor's license, and C-46 Solar Contractor's license, if applicable but not required. • Your response to the evaluation Criteria A through F as provided below. ENVELOPE#2,clearly marked"Cost Proposal",shall include the following item: • Cost Proposal — provide a cost proposal for EACH OF THE FOURTEEN (14) Solar PV Systems that include an itemized listing of ALL costs associated with the Project, including but not limited to all engineering design fees (broken out by task), construction, equipment, labor, materials and installation. Use the Attached Cost Proposal/Bid Sheet Exhibit 3) to state the costs of the project. A grand total cost proposal for all fourteen(14)Solar PV Sites shall be included. • Do NOT Include Exhibits "1"or"2" in the Cost Proposal envelope. Exhibits "1" and "2"are to be included in Envelope#1,Qualifications/Technical Work Proposal. At a minimum, firms must provide the information identified below. All such information shall be presented in a form that directly corresponds to the numbering scheme identified below. SECTION A: PROJECT FIRM,MANAGERISTAFF EXPERIENCE AND QUALIFICATIONS Al. State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. A2. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A3. Describe your firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with the design, engineering, testing, acquiring, constructing, installing and monitoring of solar electric systems, as well as obtaining SCE interconnection agreements and rebates through the CPUC CSI Rebate program. Provide at least three(3) references for the firm, including project description, contact name, and current phone number, for projects of similar size and scope as define herein. Please note the requirement for Performance and Payment Bonds, and your firm's financial strength and ability to bond for the project. Also, we draw your attention to the Insurance Requirements as more fully described in the sample Contracts (see Exhibits 4 and 5). Any exceptions to the Insurance Requirements MUST be provided in your Proposal A4. The prospective contractor shall designate by name the Design and Construction Project Manager(s) to be assigned to this project. The person responsible for the design shall be a licensed Professional Engineer (PE) registered with the state of California. Substitutions of the Project Manager(s) by the successful contractor will not be allowed without prior consent of the City of Palm Springs. Provide detailed qualifications, including resume, of the Project Manager(s) that will be assigned to the Project. Provide at least three (3) references for the Project Manager(s) including project description, contact name, and current phone number, for the projects of similar size and scope as defined herein. A5. Name and list specific and relevant project experience for the key staff/team members (including resumes)assigned to the Project. A.6 Indicate the name of any sub-consultant firms that will be utilized to make up your team. Describe each sub-consultant's background and specific expertise that they bring to this project. RFP#03-15 ms2w9_I 10 i SECTION B: UNDERSTANDING THE SCOPE OF WORK B1. Without reciting the information regarding the Project verbatim as contained in this RFP, convey an understanding of the intent of the Project and an understanding of the City's expectations upon implementation of the Project. Provide a separate project understanding for each Site. B2. Identify "key" or "critical" issues that may be encountered on the project based on the firn's prior experience; provide steps to be taken to ensure the issues do not affect the successful delivery of the Project. B3. Discuss coordinating CPUC CSI Rebates, SCE interconnection agreements, and Net Energy Metering Aggregation requirements. B4. Provide a detailed technical scope of work for EACH SYSTEM SITE identifying all tasks and sub-tasks required to successfully implement all phases of the project. The outline of tasks and subtasks must be thorough and complete, and will be used as the scope of work included in the selected firm's contract. B5. Provide a detailed example schedule outline key milestones and procurement of long lead time items Special Note: The detailed technical scope of work outline must be identical to the outline of tasks and sub-tasks on the Cost Proposal for EACH SYSTEM SITE (submitted in a separate sealed envelope as per instructions above). This is to ensure that the final agreed upon contract has a scope of work and payment schedule which correlate to one another. SECTION C: PERFORMANCE OF SCHEDULE CA Provide a thorough project schedule for EACH FACILITY/SITE identifying all the tasks and sub-tasks identified in the detailed scope of work submitted with the Proposal, showing a schedule to deliver the Project in consideration of all reasonable and expected timeframes. The schedule should include all phases of the project, including construction support. For purposes of consistency between schedules, firms shall assume that a Notice to Proceed will be issued June 1",2015. SECTION D:SYSTEM AESTHETICS D.1 It is an important goal for the City of Palm Springs to make sure the Solar PV Systems are aesthetically pleasing to the eyes of the public. This will limit opposition from the public regarding the aesthetic nature of solar system structures. It is up to the respondents' discretion on how this is to be presented in the RFP. It may be desirable for Design Builders to provide two pricing options for certain sites: one option with pricing for a standard solar system and one option with pricing for a more expensive but more aesthetically pleasing solar system. This will enable the City to realize the cost of pursuing more aesthetically pleasing solar systems. Those sites the City determines aesthetics as a priority are outlined in Exhibit 7. Design Builders shall provide artistic renderings and/or example photography of aesthetically pleasing solar systems. SECTION E: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM E.1 The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or RFP#03-15 W52'NY.I i proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley' is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley"includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The Proposer should to the extent reasonably practicable solicit applications for employment and proposals for subcontractors and sub-consultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST reguest the preference In the Solicitation response(see-Exhibit 1)and provide a copy of Its current business license (or of those it employs for this proiect) from a iurisdiction in the Coachella Valley with its proposal. E.2 List all team members with local expertise. Clearly define their role in the overall project. SECTION F: TOTAL PROJECT COST F.1 The cost proposal shall be completed as Exhibit 3. Failure to use the Cost Proposal form Attachment"C" provided by the City WILL be cause for rejection of a proposal. Do NOT include Exhibit 1 and 2 in the Cost Proposal, Envelope #2. Exhibit 1 and 2 are to be included in Envelope#1, "Qualifcations/TechnicalNVork Proposal". 6. GENERAL AND SPECIAL CONDITIONS: DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals shall be submitted to the City of Palm Springs, Office of Procurement and Contracting by Close of Business, Thursday, March 19, 2015. Proposers should note that City Hall closes at 6:00pm local time. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 Attn: Craig Gladders, C.P.M.,Procurement&Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: RFP#03-15 M2949 1 12 i Craig L. Gladdens, C.P.M. Procurement&Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760)323-8238 or via EMAIL: Craig.Gladders(&Dalmsprinasca.gov Interpretations or clarifications considered necessary in response to such questions will be addressed by formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time.26'"of Februarv.2015. FORM OF AGREEMENT: The successful firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the Design Build Contract or Power Purchase Agreement—both provided as Exhibits 4& 5 respectively. Please note that the Exhibits are intentionally not complete in the attached sample contract documents. These exhibits will be negotiated with the successful firm, and will appear in the final Design Build Contract or Power Purchase Agreement executed between the parties. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. AWARD OF CONTRACT: The City will determine in its discretion which Proposer is best qualified to receive award of the contract. Award of the contract by the City Council will occur after the evaluation committee completes its evaluation and make its recommendation to the City Council. The decision of the City Council will be final. INSURANCE AND BONDS. It is recommended that Proposers have their insurance provider bonding agent review the insurance provisions BEFORE they submit their proposal. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a proposal is a trade secret. If a request is made for information marked"Confidential," "Trade Secret," Proprietary,"or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the proposal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the RFP#03-15 052W91 13 documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION,VIA A BLANKET STATEMENT,IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process. COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES. PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed,or imposed against City to the fullest extent permitted by law. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled"Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the fines responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such fine fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. NONCOLLUSION: The undersigned, by submission of this Proposal Form, hereby declares that this Proposal is made without collusion with any other business making any other Proposal, or which otherwise would make a Proposal. Proposer must execute an Affidavit of Non- Collusion provided as Exhibit 2 in the RFP and include it with their proposal. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate RFP#03-15 10521M9.1 14 i language, insurance requirements, terms or conditions may be considered in the evaluation process; however,the City makes no guarantee that any exceptions will be approved. RFP#03-15 IU52W9.1 2S EXHIBIT 6 SCOPE OF WORK AND REQUIREMENTS 16 Contents 1.0 PROJECT MANAGEMENT..............................................................................................4 2.0 PROJECT SCHEDULE....................................................................................................4 3.0 SUBMITTALS.................................................................................................................. 5 4.0 Solar Incentives............................................................................................................... 5 5.0 SYSTEM DESIGN ...........................................................................................................6 5.1 Design Review Process/Phases...................................................................................6 5.1.1 Schematic Design .................................................................................................6 5.1.2 Design Development.............................................................................................6 5.1.3 Construction Documents.......................................................................................6 5.2. Design-Builders' License Classification........................................................................7 5.3. Design Submittals ........................................................................................................7 5.5. Technical Requirements...............................................................................................7 5.5.1 General Considerations.........................................................................................7 5.5.2 Electrical Design Standards ..................................................................................7 5.5.3 Modules ................................................................................................................8 5.5.4 Inverters................................................................................................................ 8 5.5.5 Mounting Systems.................................................................................................9 5.5.6 Corrosion Control................................................................................................ 10 5.5.7 Roofing requirements.......................................................................................... 10 5.5.8 Ancillary Equipment and Infrastructure for Ground Mount Systems..................... 11 5.5.9 Lightning and Surge Protection ........................................................................... 11 5.5.10 Storm Water Pollution Prevention Plan (SWPPP)................................................. 11 5.5.11 Wiring and Cabling Runs..................................................................................... 11 5.5.12 Meters................................................................................................................. 12 5.5.13 Shade Structure Lighting..................................................................................... 13 5.5.14 Monitoring System, DAS, and Reporting ............................................................. 13 5.5.15 Warranties........................................................................................................... 14 5.5.16 Other Considerations .......................................................................................... 14 5.5.17 Permits and Approvals........................................................................................ 14 5.5.18 Interconnection.................................................................................................... 15 5.5.19 Production Modeling............................................................................................ 15 5.5.20 Shading............................................................................................................... 15 6.0 PROCUREMENT/CONSTRUCTION ............................................................................. 16 6.1. Scope of Supply......................................................................................................... 16 6.2. Materials and Equipment............................................................................................ 16 6.3. Quality Assurance and Quality Control....................................................................... 16 7.0 TESTING....................................................................................................................... 17 7.1. Acceptance Testing.................................................................................................... 17 7.2. System Startup........................................................................................................... 18 i7 2 7.3. Proving Period (30 days)............................................................................................ 18 8.0 OPERATIONS AND MAINTENANCE............................................................................ 19 8.1. Preventative Maintenance.......................................................................................... 19 8.2. Troubleshooting, Inspection and Additional Repairs...................................................20 8.3. Customer Service Support .........................................................................................20 8.4. Major Component Maintenance and Repair...............................................................20 8.5. Other System Services............................................................................................... 21 9.0 PRODUCTION GUARANTEE........................................................................................21 10.0 TRAINING .....................................................................................................................22 18 3 1.0 PROJECT MANAGEMENT Design-Builder shall assign a Project Manager from their firm upon execution of the Agreement and receipt of Notice to Proceed. The Project Manager shall manage all design, procurement, construction, and commissioning phases of the Project. The construction of PV systems shall be accomplished by Design-Builder with an on-site construction management team. The Project Manager shall ensure that all contract, schedule, and reporting requirements of the Project are met and shall be the primary point of contact for the City. 2.0 PROJECT SCHEDULE A Project Schedule is to be prepared and submitted to the City within 14 days of Agreement execution. The City will review and approve the Project Schedule prior to the initiation of work. Updates shall be submitted every other week, though the City may allow less frequent updates at their discretion. The submittal shall be a Critical Path Method (CPM) schedule describing all Project activities, dependencies, and sequencing of tasks. In particular, Design-Builder shall include City review of submittals on the Critical Path. The Project Schedule shall describe all elements of project design, equipment procurement, construction and commissioning, and shall be submitted in electronic format (MS Project or Primavera 136). Adobe Acrobat is not acceptable. The schedule shall also reflect the requirement that construction activities must be coordinated to minimize impacts on normal operations at each site, including ongoing construction activities. Sufficient information shall be shown on the Project Schedule to enable proper control and monitoring of the Work. The Project Schedule shall show the intended time for starting and completing each activity; the duration of each activity; submittal and approval times; design; delivery of materials, equipment and software; all testing; and other significant items related to the progress of the Work. The Project Schedule shall include a CPM network diagram of sufficient detail to show how Mandatory Milestones are intended to be met. If a schedule submitted by Design-Builder includes changes affecting the achievement of Mandatory Milestones, Design-Builder should clearly identify and justify those changes. Design-Builder is encouraged to phase the Work in a way that supports efficient and effective delivery of design and build services. The following Mandatory Milestones shall be reflected in the schedule and where applicable, represents the dates upon which each milestone is to be achieved for all sites in the Agreement. Mandatory Milestones Mandatory Milestone Date Agreement Executed/NTP TBD Construction Documents Approved —All Sites TBD Substantial Completion —All Sites TBD Final Completion —All Sites TBD 19 4 3.0 SUBMITTALS Design-Builder shall provide the following submittals as part of the performance of the Work. The cost of developing and providing submittals shall be included in the Project price. Agreement Submittals I. System Design 5.0 a. System Design Documentation At each design milestone 5.1 At Construction Documents b. Warranties milestone 5.5.15 At Construction Documents c. Testing Plan milestone 7 At Construction Documents d. Training Plan milestone 10 At Construction Documents e. Power production modeling milestone II. Procurements and Construction 6.0 a.Quality Assurance /Quality Control 30 days before commencement of (QA/QC) Plan construction 6.3 b. As-built Documentation After completion of Proving Period 6.1 III. Testing 7.0 a. Acceptance Test Results After Acceptance Test 7.1 b. Startup Test Results After Startup Test 7.2 Continually throughout Proving c. Monitoring Data (Proving Period) Period 7.3 d. Proving Period Report 30 days after System Startup 7.3 IV. Training 10.0 a. Training Materials 30 days before Training Session 10.0 b. Monitoring Manual 30 days before Training Session 5.5.14 c. Operations & Maintenance Manual 30 days before Training Session 8.5 4.0 Solar Incentives On behalf of the City, Design-Builder shall prepare and submit to the applicable agencies all applications and documentation necessary for all available energy production incentives (e.g., CSI, SGIP, etc.). This shall include actions necessary to ensure compliance with the SCE's net metering program and all interconnection agreements and related documents for the City participation and utilization of the benefits of that program. Contractor shall attend all site verification visits conducted by the applicable public utility or Governmental Authority and shall assist the City in satisfying the requirements of the Rebate Program. Design-Builder shall be responsible for providing updated documentation to Rebate Program administrators throughout the project, as required by rules of the relevant Rebate Programs. All incentives shall be paid to the City and used to offset the cost of the project. 20 5 5.0 SYSTEM DESIGN 5.1 Design Review Process/Phases The City will review and approve design documentation based on the requirements in this RFP. Additional documents may be requested by the City as needed. The precise organization and format of the design submittals shall be agreed upon by Design-Builder, and the City prior to the first design submission. The City will review all submittals, provide written comments, and conduct Design Review Meetings for each stage of the process. Design-Builder shall provide additional detail, as required, at each successive stage of the Design Review. Design-Builder shall not order equipment and materials until Schematic Design submittals have been approved. Design-Builder shall not begin construction until Construction Documents have been approved and all required permits have been obtained. The City will formally approve, in writing, each phase of the design and is the sole arbiter of whether each phase of the design has been completed. The Design-Builder shall not enter a subsequent design phase without the approval of the City. Design-Builder shall be held solely responsible for obtaining approvals from the City, including revising designs as necessary until they are given approval by the City and all other required entities and organizations. A description of requirements for each design phase is provided below. System design shall comply with all applicable laws, statutes, ordinances, codes, rules, and regulations for construction projects of jurisdictions with authority over the City. Design- Builder is responsible for providing designs approved by the appropriate professional engineers registered in the State of California. System designs must take into account City aesthetic issues and not conflict with any current City operations. 5.1.1 Schematic Design Design-Builder shall prepare Schematic Design documents consisting of drawings and other documents illustrating the scale and relationship of Project components, including but not limited to, schematic design studies, site utilization plans. PV array layouts, a shading analysis, electrical single-line diagrams, equipment lists and bills of material, and equipment cut sheets or specifications. 5.1.2 Design Development Design Development documents shall consist of elevations, cross sections, and other drawings and documents necessary to depict the design of the Project. This submittal shall include architectural, structural, geotechnical, mechanical and electrical design documents and equipment specifications to illustrate the size, character, and quality of the Project and demonstrate that it meets the performance specifications defined in this RFP. The Design Development documents shall represent 100% of the intended scope for the Project. 5.1.3 Construction Documents Design-Builder shall prepare Construction Documents (CDs) depicting the detailed construction requirements of the Project. CDs shall conform to all applicable governmental, regulatory, and code requirements, and all pertinent federal, state, and local permitting agencies. The CDs shall show the work to be done, as well as the materials, workmanship, finishes, and equipment required for the Project. CDs shall comply with and illustrate methods to achieve the performance specifications of this RFP. CDs shall be stamped by the engineer of record and any other required engineering disciplines. 21 6 5.2. Design-Builders' License Classification In accordance with the provisions of California Public Contract Code §3300, the City requires that Respondents possess, at the time of submission of a Proposal, at the time of award of the Agreement and at all time during construction activities, a General Contractor License (B) and Electrical Contractor License (C-10). It shall be acceptable for a Respondent that does not possess a C-10 License to list a Subcontractor with a C-10 License. A Solar Contractor License (C-46) is desired in addition, but not mandatory. 5.3. Design Submittals Design-Builder shall prepare a comprehensive submittal package for each phase of the Work that will be reviewed and approved by the City. Each submittal package shall include, at a minimum, the required elements that convey in sufficient detail for each phase of the design, the necessary documentation as follows: • Site Layout Drawings • Construction Specifications (trenching, mounting, etc.) • Equipment Layout Drawings • Detailed Drawings • Fire Access Lane Details (For the parking lot.) • Single-Line Diagrams • Network Connection Diagrams • Architectural Drawings • Mechanical Drawings • Geotechnical Drawings • Manufacturer's Cut Sheets • Equipment Specifications • Data Acquisition System (DAS) Specifications, Cut Sheets, and Data Specifications Design-Builder shall include adequate time for City review and approval of submittals, as well as re-submittals and re-reviews. Minimum City review time shall be ten (10) days from the date of receipt of each submittal package during each phase of the Design Review. 5.5. Technical Requirements 5.5.1 General Considerations All documentation and components furnished by Design-Builder shall be developed, designed, and/or fabricated using high quality design, materials, and workmanship meeting the requirements of the City and all applicable industry codes and standards. Reference is made in these specifications to various standards under which the Work is to be performed or tested. The installations shall comply with at least, but not limited to, the latest approved versions of the International Building Code (IBC), National Electrical Code (NEC), Southern California Edison (SCE) Interconnection Requirements, and all other federal, state, and local jurisdictions having authority. 5.5.2 Electrical Design Standards The design, products, and installation shall comply with at least, but not limited to, the following electrical industry standards, wherever applicable: • Electronic Industries Association (EIA) Standard 569 • Illumination Engineering Society of North America (IESNA) Lighting Standards 22 7 • Institute of Electrical and Electronics Engineers (IEEE) Standards • National Electrical Manufacturers Association (NEMA) • National Electric Code (NEC) • Insulated Power Cable Engineers Association (IPCEA) • Certified Ballast Manufacturers Association (CBMA) • Underwriters Laboratories, Inc. (UL) • National Fire Protection Association (NFPA) • Pacific Gas and Electric Utility Requirements • American National Standards Institute (ANSI) • Occupational Health and Safety Administration (OSHA) • American Disabilities Act (ADA) • American Society for Testing and Materials (ASTM) • National Electrical Contractors Association (NECA) • National Electrical Testing Association (NETA) • International Building Code (IBC) • All other Authorities Having Jurisdiction 5.5.3 Modules In addition to the above, the PV modules proposed by Design-Builder shall comply with at least, but not limited to, the following: • IEEE 1262 "Recommended Practice for Qualifications of Photovoltaic Modules". • Modules shall be new, undamaged, fully warranted without defect. • Modules shall comply with the State of California S61 Guidelines for Eligibility, listed at: hftp://www.gosolarcalifornia.org/equipment/pv_modules,php • Modules shall have minimum maintenance requirements and high reliability, have a minimum 25-year design life, and be designed for normal, unattended operation. • Acceptable mounting methods for unframed modules shall be provided by the manufacturer. Bolted and similar connections shall be non-corrosive and include locking devices designed to prevent twisting over the 25-year design life of the PV system. • If PV modules using hazardous materials are to be provided, then the environmental impact of the hazardous material usage must be disclosed, including any special maintenance requirements and proper disposal/recycling of the modules at the end of their useful life. 5.5.4 Inverters In addition to the above, inverters proposed by Design-Builder must comply with at least, but not limited to the following: • Inverters shall be suitable for grid interconnection and shall be compliant with all SCE interconnection requirements. • Inverters shall comply with the State of California SB1 Guidelines for Eligibility, listed at: http://www..qosolarcalifornia.org/equipment/inverters.php • IEEE 929-2000—"Recommended Practice for Utility Interface of Photovoltaic Systems". • Inverters must automatically reset and resume normal operation after a power limiting operation. • The inverter shall be capable of continuous operation into a system with voltage variation of plus or minus 10% of nominal. The inverter shall operate in an ambient temperature range of -20°C to +50°C. • Inverters shall include all necessary self-protective features and self-diagnostic features to protect the inverter from damage (in the event of component failure or from parameters beyond normal operating range due to internal or external causes). The self protective features shall not allow the inverters to be operated in a manner which may be 23 8 unsafe or damaging. • Inverters shall be true sine wave high frequency PWM with galvanic isolation. • Inverters shall be sized to provide maximum power point tracking for voltage and current range expected from PV array for temperatures and solar insolation conditions expected for Project conditions. • Inverters shall be capable of adjusting to "sun splash"from all possible combinations of cloud fringe effects without interruption of electrical production. • Isolation transformers shall be provided. • Inverters shall be UL 1741 and IEEE 1547 compliant. • Inverters shall have a THD < 5%. • Enclosures shall be rated NEMA 3R within an appropriate shelter. • Power factor shall be 0.99 or higher. • Inverter selection shall take into account anticipated noise levels produced and minimize interference with City activities. • Inverters shall have a minimum efficiency, based on the device's power rating, meeting the following specifications: Inverter Efficienty Requirements Inverter Power Rating Range Minimum Efficient 1000+ kW 96% 500-999 kW 97% 250-499 kW 96.8% 100-249 kW 95.8% 50-99 kW 94.5% 0-49 kW 93.5% 5.5.5 Mounting Systems The mounting systems shall be designed and installed such that the PV modules may be fixed or tracking, with reliable components, proven in similar projects, and shall be designed to resist dead load, live load, corrosion UV degradation, wind loads, and seismic loads appropriate to the geographic area over the expected 25-year lifetime. The Design-Builder's design shall sufficiently respond to the design requirements imposed by Federal, State, and local jurisdictions in effect at the time of Agreement execution and any pending code decisions affecting the design shall be identified during Schematic Design. Design-Builder shall conduct an analysis, and submit evidence thereof, including calculations, of each structure affected by the performance of the scope described herein, and all attachments and amendments. The analysis shall demonstrate that existing structures are not compromised or adversely impacted by the installation of PV, equipment, or other activity related to this scope. Mounting systems must also meet the following requirements at a minimum: • All structural components, including array structures, shall be designed in a manner commensurate with attaining a minimum 25-year design life. Particular attention shall be given to the prevention of corrosion at the connections between dissimilar metals. • Thermal loads caused by fluctuations of component and ambient temperatures shall be accounted for in the design and selection of mounting systems such that neither the mounting system nor the surface on which it is mounted shall degrade or be damaged over time. • Each PV module mounting system must be certified by the module manufacturer as (1) an acceptable mounting system that shall not void the module warranty, and (2) that it conforms to the module manufacturer's mounting parameters. 24 9 • Final coating and paint colors shall be reviewed and approved by the City during Design Review. • Painting or other coatings must not interfere with the grounding and bonding of the array. 5.5.6 Corrosion Control • Each PV system and associated components must be designed and selected to withstand the environmental conditions of the site (e.g., temperatures, winds, rain, flooding, etc.) to which they will be exposed. • Particular attention shall be given to the prevention of corrosion at the connections between dissimilar metals. • A Corrosion control plan must be submitted by Design-Builder during the Design Review process for City approval which will include at a minimum the analysis of the corrosion risk and mitigation measures. 5.5.7 Roofing requirements The installation of PV modules, inverters and other equipment shall provide adequate room for access and maintenance of existing equipment on the building roofs. A minimum of three feet of clearance will be provided between PV equipment and existing mechanical equipment and other equipment mounted on the roof. A minimum of four feet of clearance shall be provided between PV equipment and the edge of the roof. Clearance guidelines of the local fire marshal shall be followed. The installation of solar systems must comply with the State Fire Marshal Solar Photovoltaic Installation Guideline. The PV equipment shall not be installed in a way that obstructs air flow into or out of building systems or equipment. Proposed roof top mounted systems may be standing seam attachment or penetrating systems and must meet or exceed the following requirements: • Systems shall not exceed the ability of the existing structure to support the entire solar system and withstand increased wind uplift and seismic loads. The capability of the existing structure to support proposed solar systems shall be verified by Design-Builder prior to design approval. • All racking systems shall allow for the City staff to perform roof inspection, cleaning, and maintenance operations with minimal obstructions from the racking; maintenance activities include, but are not limited to, leak identification, or repair once the solar system is installed. • Roof penetrations, if part of the mounting solution, shall be kept to a minimum. • Design-Builder shall perform all work so that existing roof warranties shall not be voided, reduced, or otherwise negatively impacted. • No work shall compromise roof drainage, cause damming or standing water or cause excessive soil build-up. • All materials and/or sealants must be chemically compatible. • Thermal movement that causes scuffing to the roof must be mitigated as part of the mounting solution. • All penetrations shall be waterproofed. • Detail(s) for the sealing of any roof penetrations shall be approved in writing to the City, as well as the manufacturer of the existing roofing system, as part of system design review and approval — prior to Design-Builder proceeding with work. The City will make available the roofing manufacturer for each building for consultation with Design-Builder as part of the design process. • All roofing work shall be performed by a licensed roofing contractor who is certified by the roofing materials manufacturer for the specific materials or systems comprising each roof upon which a solar system will be installed. The roofing contractor shall also be safety prequalified by the City. • As part of the design submittals, Design-Builder shall include signed certificates from the 10 roofing manufacturer stating: • The roofing contractor is certified installer of Complete Roofing System. • The manufacturer's Technical Representative is qualified and authorized to approve project. • Project Plans and specs meet the requirements of the warranty of the Complete Roofing System for the specified period. • Existing warranty incorporates the new roofing work and flashing work. • Any damage to roofing material during installation of solar systems must be remedied by Design-Builder. • The installation of PV modules, inverters and other equipment on building roofs will be designed to minimize visibility of the equipment from the ground. 5.5.8 Ancillary Equipment and Infrastructure for Ground Mount Systems Design-Builder will be responsible for incorporating the following elements in the design and construction of the System: • Fencing for ground mount solar systems: the site shall be surrounded by a fence to prevent students and vandals from gaining access the site. The fence shall be a ten (10) foot high chain link fence with a one (1) foot high top guard with three strands of nine- gage barbed wire. All new fences installed as part of this project shall be finished to match existing fencing at the site. • At least two gates shall be installed to enable site access for trucks. • Access to water (from the main site) for maintenance (module cleaning) purposes, as determined adequate by Design-Builder. • Access to low voltage (120V) AC power (from the main site) to power maintenance equipment and miscellaneous equipment. • Design-Builder shall install and ensure activation of security cameras on site, connected to the site's security system, in collaboration with the City (ground mount only). • Design-Builder will be responsible for installing an acceptable surface cover material under and around the modules and throughout the site that provides appropriate weed control, erosion and dust management (ground mount only). • Design-Builder will be responsible for creating an access road to the any ground mount system for maintenance and fire access purposes. The access road shall be passable under all weather conditions. • Design-Builder shall include safety equipment (electrical equipment, signage, etc) 5.5.9 Lightning and Surge Protection • Design-Builder shall utilize lightning arrestors to protect appropriate equipment from lightning strikes. • Design-Builder shall utilize surge suppressors to protect the appropriate equipment from electrical surges. 5.5.10 Storm Water Pollution Prevention Plan (SWPPP) Design-Builder will be responsible for creating and executing a SWPPP that meets the Califonia State regulations. The SWPPP should contain a site map(s) which shows the construction site perimeter, existing and proposed buildings, lots, roadways, storm water collection and discharge points, general topography both before and after construction, and drainage patterns across the project. 5.5.11 Wiring and Cabling Runs • Design-Builder shall layout and install all AC conductors in conduit. 11 • Conduit buried underground shall be suitable for the application and compliant with all applicable codes. PVC shall be constructed of a virgin homopolymer PVC compound and be manufactured according to NEMA and UL specifications. All PVC conduit feeders shall contain a copper grounding conductor sized per NEC requirements and continuity shall be maintained throughout conduit runs and pullboxes. A tracing/caution tape must be installed in the trench over all buried conduit. Minimum size shall be W. Underground conduit buried under roadways or swales shall be one slack slurry encased. • Conduit installed on building roofs shall not be installed near roof edges or parapets to reduce visibility. Any conduit penetrations through roof surfaces shall not be made within five (5) feet of the roof edge to reduce visibility. If conduit is installed on the exterior face of any building, it shall be painted to match the existing building color. In all cases, the visible impact of conduit runs shall be minimized and the design and placement of conduit shall be reviewed and approved by the City as part of Design Review. • Electro-metallic tubing (EMT) shall be used in indoor, above grade locations and where conduit needs to be protected from damage. EMT shall not be installed underground, outdoors, or embedded in concrete. EMT shall be cold-rolled zinc coated steel and be manufactured to UL and ANSI standards. Fittings shall be watertight and malleable gripping ring compression type. Pressure cast material for nuts of compression ring type fittings and set-screw type connections are not acceptable. • Galvanized Rigid Conduit (GRC) shall be used where exposed to weather or where subject to physical damage in exposed areas. GRC shall be continuous hot-dipped galvanized manufactured per UL and ANSI requirements. Rigid aluminum conduit is not acceptable. Conduit bodies for use with steel conduit, rigid or flexible, shall be manufactured per UL requirements and shall be cast metal with gasketed closures. Fittings for GRC conduit shall be malleable iron or forged steel with cadmium or zinc coating. Union couplings for joining rigid conduit at intermediate runs shall be of the same material as the conduit. Couplings shall be threaded concrete-tight to permit completing conduit runs when neither conduit can be turned and to permit breaking the conduit run at the union. Set screw connectors are not acceptable. • Minimum conduit size shall be W. • All conduits, boxes, enclosures, etc. shall be secured per NEC 690 requirements. • All conductors shall be insulated copper rated for 600V or 1000V, maximum. DC conductors shall be USE-2 600V UL Listed Sunlight resistant wire. Exception are acceptable but must be highlighted in Design Builders proposal. • All items shall be U.L. listed and shall bear the U.L. label. • All spare conduits shall be cleaned, mandrelled, and provided with a pullwire. Spare conduits shall be required for security cameras for ground mount systems. • All feeders and branch circuits shall be sized to minimize voltage drop and losses and shall be in compliance with NEC requirements. • Design-Builder shall furnish, install, and connect combiners and recombiners as necessary to complete the System. Enclosures for combiners and recombiners shall be NEMA 4 or 4X rated. • All systems, conduit, boxes, components, etc. shall be grounded and bonded per NEC requirements. • Design-Builder will be responsible for locating, identifying and protecting existing underground utilities conduits, piping, substructures, etc. and ensuring that no damage is inflicted upon existing infrastructure. 5.5.12 Meters • Design-Builder shall supply and install SCE approved a Net Generation Output Meter (NGOM) for each PV system. • Generation Meters shall use Internet Protocol (IP) communication and shall not require a custom network for connection. • Generation Meters shall have the capability to store metered data (including 27 12 instantaneous kW, kWh, voltage, current, and phase information) in fifteen (15) minute intervals and retain such information for at least seven (7) days. 5.5.13 Shade Structure Lighting Installation of canopy PV systems in parking lots and parking structures shall include the removal of existing security light poles, foundations, and fixtures that are no longer effective and the installation of new security high efficiency lighting. Lighting shall be LED lighting or other similar energy efficient lighting system. New parking lot fixtures shall be installed to provide parking lot illumination compliant with IESNA requirements or recommendations for illumination and safety and a minimum horizontal illuminance of one (1) foot-candle shall be maintained at ground level with a uniformity ratio (maximum to minimum) of 15:1. Photocell controls shall be used in conjunction with a lighting control system for all exterior lighting and energize lighting when ambient lighting levels fall below two (2) foot-candles measured horizontally at ground level. Lighting shall also be permitted to operate manually without regards to photocell input. Replacement parking lot lighting shall be served from an existing parking lot lighting circuit and any existing circuits and existing control function shall be maintained, or if replaced, done so at the approval of the City. The new lighting is required to illuminate the entire parking area affected by the removal of existing lights, notjust the area under the PV modules. Shade structures installed in locations other than parking lots and parking structures (e.g., student lunch areas, along athletic fields) will not require lighting. 5.5.14 Monitoring System, DAS, and Reporting Design-Builder shall design, build, activate and ensure proper functioning of Data Acquisition Systems (DAS) that enable the City to track the performance of the PV Systems as well as environmental conditions through an online web-enabled graphical user interface and information displays. Design-Builder shall provide equipment to connect the DAS via existing Wi-Fi network or cellular data network at all locations. The means of data connection will be determined during design. The City will pay for the cost of cellular data service if needed, but not for the modem or other equipment need to connect to the cellular network. The DAS(s) shall provide access to at least the following data: • Instantaneous AC system output (kW) • PV System production (kWh) over pre-defined intervals that may be user configured • AC and DC voltage • Horizontal and in-plane irradiance (at least two (2) sensors for each, at different positions in the array) • Ambient and back-of-cell temperature (at least two (2) sensors for each, at different positions in the array) • Inverter status flags and general system status information • System availability • Site Load information. Available load data shall be collected by the solar monitoring solution as part of the DAS. Environmental data (temperatures, wind speed, and irradiance) shall be collected via an individual weather station installed for each system at the City. Data collected by the DAS shall be presented in an online web interface, accessible from any computer through the Internet with appropriate security (e.g., password controlled access). The user interface shall allow visualization of the data at least in the following increments: 15 minutes, hour, day, week, month, and year. The interface shall access data recorded in a server that may be stored on-site or remotely with unfettered access by the City for the life of the 28 li Project. The online interface shall enable users to export all available data in Excel or ASCII comma-separated format for further analysis and data shall be downloadable in at least 15 minute intervals for daily, weekly, monthly and annual production. The Monitoring system shall enable City staff to diagnose potential problems and perform remediating action. The monitoring system shall provide alerts when the system is not functioning within acceptable operating parameters. These parameters shall be defined during the design phase of the Project and specified in the DAS design document. Additionally, Design-Builder shall provide the following reports for the life of the Project: • Monthly Production report shall be available online to the City personnel. • Annual Performance report shall be sent electronically to the City personnel. • System performance data shall be made available electronically to the City in a format and at a frequency to be determined during the Design Review process. • Additional reports shall be made available to the City to assist the City in reconciling system output with utility bills and the production guarantee, as determined in the Design Review process. A Monitoring Manual shall be provided to the City in printed or on-line form that describes how to use the monitoring system, including the export of data and the creation of custom reports. 5.5.15 Warranties Design-Builder shall provide a comprehensive one-year warranty on all system components against defects in materials and workmanship under normal application, installation, and use and service conditions. Additionally, the following minimum warranties are required: • PV Modules: The PV modules are to be warranted against degradation of power output of greater than 10% of the original minimum rated power in the first ten (10) years and greater than 20% in the first twenty (20) years of operation. • Inverter: The inverter shall carry an extended warranty of at least twenty (20) years. • Meters: At minimum, meters shall have a one (1) year warranty. • Mounting system: twenty (20) year warranty, covering at least structural integrity and corrosion. • Balance of system components: the remainder of system components shall carry manufacturer warranties conform to industry standards. All work performed by Design-Builder must not render void, violate, or otherwise jeopardize any preexisting City facility or building warranties or the warranties of system components. 5.5,16 Other Considerations • All Balance of Systems (wiring, components, conduits, and connections) must be suited for conditions for which they are to be installed. • Local DC and AC disconnects shall be located in accessible locations near inverters. • Outdoor enclosures shall be rated NEMA 3R, NEMA 4, or NEMA 4X. 5.5.17 Permits and Approvals Design-Builder shall produce required documentation in sufficient detail to obtain all regulatory approvals requested for design, construction and operation of the system, including but not limited to all federal, state, and local permits. Securing all approvals, all permits and paying all 29 14 fees shall be the sole responsibility of Design-Builder. To that end, Respondent shall provide a design that is acceptable to the state, county, and local authorities having jurisdiction over this project. The proposed design shall be suitable for construction under the guidelines and regulations in effect at the time the Agreement is executed. The City will not accept responsibility for cost increases or delays resulting from inaccurate interpretation of existing codes and standards. 5.5,18 Interconnection Design-Builder is responsible for obtaining all necessary SCE interconnection approvals for each PV system being installed. Design-Builder must comply with all interconnection requirements, such as CPUC Rule 21 for the SCE service territory. Design-Builder is responsible for the proper planning and scheduling of interconnection approvals and any potential interconnection study. Systems installed as part of this project will take advantage of Net Energy Metering (NEM). Design-Builder shall be responsible for ensuring the system design and interconnection qualifies for NEM. 5.5.19 Production Modeling Production modeling of the PV systems shall be performed using PVSYST or equivalent modeling software using TMY3 weather data for the Sacramento Executive Airport. The simulations shall accurately simulate energy production for proposed system layouts, sizes, and orientation. It is critical that PV production models are accurate with all methodology and assumptions described. The City will independently verify production models and utilize simulation results for economic evaluations. Design-Builder shall be responsible for updating the production models each time sufficient changes are made to the proposed system designs that will impact production. 5.5.20 Shading Design-Builder shall adhere to the following requirements in order to avoid excessive shading on modules. For any object near an array that is higher than the lowest point of that array by height H, Design-Builder shall locate the array farther from the object than: • 3H to the North of the object • 3H to the East or West of the object • 3H to any non-cardinal direction of the object Any Respondent whose system design does not adhere to these rules shall perform a shading analysis justifying the basis for their design, including any proposed tree removal, and explaining why shading does not create an adverse performance and/or economic impact. Any trees that are in the footprint of systems to be installed by the Design-Builder shall be removed by the Design-Builder at their expense, subject to the approval of the City. A tree shall be considered to be in the footprint of a system if its canopy would extend over any part of the system, including structural components or modules. The City will remove or prune, at its discretion, trees planted outside of the work area that shade PV systems (at present time or in the foreseeable future), provided the Design-Builder identifies these trees during the design process. 34 15 6.0 PROCUREMENT/CONSTRUCTION 6.1. Scope of Supply Design-Builder shall provide all necessary labor, materials, equipment, and services required to install complete integrated turnkey PV systems. Design-Builder shall supply all solar modules, mounting equipment, inverters, AC and DC disconnect switches, metering, related wiring, monitoring equipment, and all ancillary equipment necessary to install the PV system and interconnect it to the City electrical distribution system. The PV system installations shall comply with all contract requirements, technical specifications, approved design documents, and applicable regulatory codes and requirements. Design-Builder shall submit As-Built Construction Drawings in hard copy with four (4) sets and an electronic copy in DWG format on compact disc to the City after completion of the Proving Period for each system at each site. 6.2. Materials and Equipment Materials and equipment incorporated in the Work shall be new and suitable for the use intended. No material or equipment shall be used for any purpose other than that for which it is designed, specified or indicated. Design-Builder shall use means necessary to protect the materials and equipment before, during and after installation. Design-Builder shall promptly replace lost or damaged materials and equipment with equal, or City-approved, replacements, or repair them, at no additional cost to the City. 6.3. Quality Assurance and Quality Control Design-Builder shall implement a Quality Assurance /Quality Control (QA/QC) plan for construction activities on City sites. At least 30 days prior to the planned commencement of construction, Design-Builder shall submit a copy of the QA/QC Plan for review and approval by the City. To ensure the highest quality of the installation, Design-Builder shall: • Implement policies and procedures to ensure proper oversight of construction work, verification of adherence to construction documents and contractual requirements, and rapid identification and mitigation of issues and risks. • Utilize best practice methods for communicating progress, performing work according to the approved Project schedule, and completing the Project on-time. • Keep the Site clean and orderly throughout the duration of construction. All trash and rubbish shall be disposed of off-site by licensed waste disposal companies and in accordance with applicable Law. • Provide equipment marking, as well as labeling and signage for the Project that shall be removed after Project completion. • Fully comply with all applicable notification, safety and Work rules (including City safety standards) when working on or near City facilities. • Route all electrical collection system wiring and conduits in a neat and orderly fashion and in accordance with all applicable code requirements. All cable terminations, excluding module-to-module and module-to-cable harness connections, shall be permanently labeled. • Provide all temporary road and warning signs, flagmen or equipment as required to safely execute the Work. Street sweeping services shall also be provided as required to keep any dirt, soil, mud, etc. off of roads. 31 16 7.0 TESTING Following completion of construction, Design-Builder shall provide the following services related to startup and performance testing of the PV systems: • Acceptance Testing • System Startup • Proving Period A detailed Testing Plan covering each of the phases above shall be submitted and approved by the City prior to substantial completion of construction. A detailed description of each phase is provided below. 7.1. Acceptance Testing Design-Builder shall perform a complete acceptance test for each PV System. The acceptance test procedures include component tests as well as other standard tests, inspections, safety and quality checks. All testing and commissioning shall be conducted in accordance with the manufacturer's specifications. The section of the Testing Plan that covers Acceptance Testing shall be equivalent or superior to the CEC (California Energy Commission) "Guide to Photovoltaic (PV) System Design and Installation", Section 4 and shall cover at least the following: • Detailed test methods, including sample calculations and reference to standards as required or applicable, and list of tested equipment. • Pre-test checklist to ensure readiness and any safety measures are in-place. • Details of all necessary adjustments, balancing, required equipment isolation or configuration, test equipment and instruments, calibration, and personnel needed. • Acceptance Criteria: For each test phase, specifically indicate what is considered an acceptable test result. The Acceptance Testing section of the Testing Plan shall include (but not be limited to) the following tests. • String-level testing for all PV strings. • Inverter testing for all inverters. The inverters shall be commissioned on-site by a qualified technician and shall confirm that the inverter can be operated locally per specification and that automatic operations such as wake-up and sleep routines, power tracking and fault detection responses occur as specified. • Testing of all sensors of the DAS. • Testing of the Data Presentation interface of the DAS. After Design-Builder conducts all Acceptance Testing based on the Testing Plan approved by the City prior to substantial completion, Design-Builder shall submit a detailed Acceptance Test Report to the City for review. The Acceptance Test Report shall document the results of the tests conducted following the Testing Plan, and include additional information such as the date and time each test was performed. It shall also make reference to any problem and deficiencies found during testing. If there was troubleshooting done, the Report shall describe the troubleshooting methods and strategy. Design-Builder shall be responsible for providing the labor and equipment necessary to troubleshoot the System. 3:1 17 7.2, System Startup Following City approval of the Acceptance Test Report, Design-Builder shall conduct tests over twenty-four (24) hours and at a time resolution of fifteen (15) minutes, recording the following data: • Average AC output (kW) • Average DC output (kW) • Hourly PV system production (kWh) • AC and DC voltage • Horizontal and in-plane irradiance • Ambient and cell temperature • Inverter status flags and general system status information These data points shall be presented in a manner that best depicts the actual performance of the system for City review and approval and shall be submitted as part of the Startup Test Report. 7.3. Proving Period (30 days) Upon completion of Acceptance Testing and System Startup, and approval by the City, Design- Builder shall monitor the system during a thirty (30) day Proving Period prior to final acceptance by the City. This includes monitoring system output and ensuring the correct functioning of system components over this time. The values for the following data shall be acquired every fifteen (15) minutes over thirty (30) days: • AC system output (kW) • PV system production (kWh) • AC and DC voltage • Horizontal and in-plane irradiance • Ambient and cell temperature • Inverter status flags and general system status information • System availability Design-Builder shall utilize calibrated test instruments and the DAS and monitoring system to collect the test data described above, which shall be made available to the City for access throughout the Proving Period. Design-Builder shall determine through analysis of data from the Proving Period whether the PV system delivers the expected production as determined by the final approved design (i.e., Construction Documents). Actual production shall be compared against expected production using actual weather data and other system inputs (such as module cell temperature factor, module mismatch, inverter efficiency, and wiring losses) for calculating expected production. The production figures for all meters, whether existing or installed by or on behalf of the IOU or by or on behalf of the Respondent, shall be correlated during this test to verify their accuracy in measuring system production. All data and reports required in Section 2.4.5.14 shall be fully functional and available to the City at the commencement of the Proving Period. Data and reporting requirements are included in the testing scope of the Proving Period and deficiencies in these areas (including missing data, inaccurate reports, and other issues that make validation of system performance inconclusive) shall be grounds for denying approval of the Proving Period Report. If the PV system does not perform to design specifications, diagnostic testing shall be performed by Design-Builder, deficiencies shall be identified with proposed corrective actions submitted to the City, and the Proving Period test repeated. Design-Builder shall be responsible for providing the labor and equipment necessary to troubleshoot the system. The Proving Period 33 18 Report shall be submitted after the successful completion of this phase. The Project will not be approved for final payment until the Proving Period output matches or exceeds proposed performance. 8.0 OPERATIONS AND MAINTENANCE Design-Builder shall offer Operations and Maintenance services for twenty (20) years with their Proposal. The City reserves the right to not execute the Operations and Maintenance services agreement. In offering such services, Design-Builder shall perform all necessary preventive and corrective maintenance, which includes routine maintenance adjustments, replacements, and electrical panel/transformer/ inverter cleaning (interior and exterior) with supporting documentation delivered to the City after the Work has been performed. Maintenance by Design-Builder shall ensure that all warranties, particularly inverter warranties, are preserved. The frequency and timing of panel wash-downs shall be determined by Design-Builder based on system monitoring data. Environmental sensors such as pyranometers shall be tested and recalibrated at least once a year. Design-Builder shall perform the following maintenance services, at a minimum, as described in the following sections: 8.1. Preventative Maintenance Preventive Maintenance shall be performed at least annually and include: • System testing (voltage/amperage) • System visual inspection and necessary corrections: • Inspect for stolen, broken or damaged PV modules, record damage and location. Report to the City and wait for the City to authorize a course of action. • Inspect PV wiring for loose connections and wire condition. Resolve issues as needed or report larger issues to the City. • Inspect for wires in contact with the structure or hanging loose from racking and resolve issues as needed. • Check mechanical attachment of the PV modules to the racking and resolve issue as needed. • Check attachment of racking components to each other and the structure and resolve issue as needed. • Verify proper system grounding is in place from panels to the inverter and resolve issue as needed. • Check conduits and raceways for proper anchorage to structures and resolve issue as needed. • Inspect all metallic parts for corrosion and resolve issue as needed. • Check combiner boxes for proper fuse sizes and continuity and resolve issue as needed. • Inspect all wiring connections for signs of poor contact at terminals (burning, discoloration, etc) and resolve issue as needed. • Inspect disconnects for proper operation and resolve issues as needed. • Survey entire jobsite for debris or obstructions and resolve issues as needed. • Inspect fasteners for proper torque and corrosion and resolve issues as needed. • Inspect inverter pad for cracking or settling and resolve issues as needed. • Inspect electrical hardware for proper warning and rating labeling and resolve issues as needed. • Review as built documentation as needed. 34 19 • Inspect alignment of arrays and racking to identify settling foundations or loose attachments and resolve issues as needed or report issues to the City. • Inspect operation of tracking hinges, pivots, motors and actuators if present and resolve issues as needed. • Check for proper operation and reporting of monitoring hardware and resolve issues as needed. • Inspect sealed electrical components for condensation buildup and resolve issues as needed. • Inspect wiring and hardware for signs of damage from vandalism or animal damage and resolve issues as needed. • Routine system maintenance to include correction of loose electrical connections, ground connections, replacement of defective modules found during testing, other minor maintenance repair work. • Panel cleaning, at a frequency to be determined by the ongoing monitoring of the system, but not less often than twice a year. • Routine DAS maintenance to include sensor calibration and data integrity check. 8.2. Troubleshooting, Inspection and Additional Repairs • Dispatch of field service resources within two business days of notification (via automated or manual means) for repairs as necessary to maintain system performance. • Any corrective action required to restore the system to fully operational status shall be completed within 24 hours of the service resources arriving on-site. • Major system repairs, not to include mid-voltage switchgear or transformers. 8.3. Customer Service Support • Support telephone line made available to City staff to answer questions or report issues. • Support line shall be staffed during operational hours from 8 am —6 pm California Standard Time. During times outside of this operational period, an urgent call shall be able to be routed to a supervisor for immediate action. 8.4. Major Component Maintenance and Repair • Inverter repair and component replacement and refurbishment as required in the event of inverter failure. • Inverter inspection and regular servicing as required under inverter manufacturer's warranty specifications. Those include but are not limited to the following annually: • Check appearance/cleanliness of the cabinet, ventilation system and all exposed surfaces. • Inspect, clean/replace air filter elements • Check for corrosion on all terminals, cables and enclosure. • Check all fuses. • Perform a complete visual inspection of all internally mounted equipment including subassemblies, wiring harnesses, contactors, power supplies and all major components. • Check condition of all the AC and DC surge suppressors. • Torque terminals and all fasteners in electrical power connections. • Check the operation of all safety devices (E-stop, door switches). • Record all operating voltages and current readings via the front display panel. • Record all inspections completed. • Inform inverter manufacturer of all deficiencies identified. • Oversee inverter manufacturer performance of In-Warranty replacement of failed 3 inverter components. 20 • Customer advocacy with vendors. 8.5. Other System Services • O&M Manuals — Design-Builder shall provide three (3) copies of O&M Manuals. Updated editions of O&M Manuals shall be sent electronically to the City as they become available. • Management of long term service and warranty agreements, ongoing. • Design-Builder shall log all maintenance calls and document all maintenance activities. These activities shall be presented in a report, which is to be submitted to the City on a minimum monthly basis. O&M services shall be priced separately from the design and construction of the PV system. Design-Builder shall submit a detailed description of their O&M services, detailing the activities and the intervals at which they will be performed, with their Proposal. 9.0 PRODUCTION GUARANTEE Design-Builder shall offer a twenty (20) year Production Guarantee with their Proposal. The City reserves the right to not execute the Production Guarantee. The Production Guarantee obligates Design-Builder to compensate the City for the cost of utility electricity purchases that the City would not have incurred had the PV System performed at least at the 95% level of performance. Compensation shall be based on the cost of electricity to the City after the system has been installed (accounting for any rate switching) and any lost incentive revenue. Guaranteed annual output shall be decreased by 0.5% per year after the first year to account for expected PV module degradation. Determinations of under-performance (i.e., the amount of kWh below the 95% guaranteed output level), if any, shall be made every two and a half years. Any kWh output in excess of the required 95% level during any year shall not be carried forward in any way, nor shall it entitle Design-Builder to any payments for over production. Guaranteed output levels shall be adjusted as part of the Construction Document Phase of design to account for any changes in the proposed system design. Annual guaranteed output levels shall be normalized to account for variance between actual weather conditions and those assumed in the output modeling used as the basis for the Production Guarantee; the methodology to adjust production to account for weather variance shall be described in the Respondent's proposal. In addition to accounting for weather variance, downward adjustments in expected performance may be permitted in the following cases: 1. There is any failure of the System to perform caused by legislative, administrative or executive action, regulation, order or requisition of any federal, state or local government, local utility or public utilities commission; 2. There is an event of Force Majeure as defined in the Agreement executed between the City and Design-Builder; 3. An act of vandalism results in reduced system performance; or 4. There are changes related to the Site, or buildings at or near the Site, without the prior written approval of Design-Builder, that can be reasonably expected to reduce solar PV performance. In cases 1-4 above, Design-Builder shall develop and submit for approval an estimate of the lost kWh output attributable to these causes and the performance requirement for the applicable year shall be adjusted accordingly. Downward adjustments in the guaranteed output level may not be made for reasons of 38 21 equipment underperformance, malfunction, or failure, whether or not the equipment is under warranty. 10.0 TRAINING The Respondent shall provide twelve (12) hours of on-site training for City personnel in all aspects of operation, routine maintenance, and safety of the PV systems, DAS, and monitoring solution. At a minimum, training topics shall include the following: • PV system safety, including shut-down procedures • PV module maintenance and troubleshooting • Structural elements maintenance and repair guidelines • Inverter overview and maintenance procedures • Calibration and adjustment procedures for the inverters and tracking systems (if any) • Solar panel replacement • DAS and monitoring solution, including standard and custom reporting Design-Builder shall submit a proposed Training Plan during the design process for approval and provide all training materials and manuals to support on-site training in advance of scheduled training sessions (see schedule of submittals in Section 2.2.3, "Submittals"). The on- site portion of the training program shall be scheduled to take place at the jobsite at a time agreeable to both the City and Design-Builder. 37 22 EXHIBIT 7 Site Layouts 38 ANIMAL SHELTER �„ •' - • ., n.. � Av' «ti."s.. ..mat+ If "OVA 0 • I .l.A i., 1 � I - � e • nb. '",, .e ; ',INX�� {'nro• ., t * `'fit. y � T e Account Service Number 39538298 Rate GS-2 Customer Account Number Meter Number 259000-024515 Address 4575 E. MESQUITE AVE City/zip PALM SPRINGS 92264 Annual kWh 646,102 PV TypeMaximum Site Demand (kW) GROUND, maybe CARPORT184 PV Type GROUND, maybe CARPORT NOTES: Parking area may also be utilized as a possible location for a carport PV system if load or aesthetic demands it.This location requires aesthetic consideration.A portion of the site is in an old retention basin which may require fill if the area is utilized. Existing conduits and pull boxes in the north side of the parking area are available for utilization. 2 39 CONVENTION CENTER Ilil oic Now yy �. Account Service Number 3-027-4201-50& 3-027-4201-24 Rate TGS3-CPP (both) Meter Number V349N-008048 &V349N-002792 respectively Address 277 N. Avenida Caballeros City/Zip PALM SPRINGS 92262 Annual kWh 1,145,853 and 1,091,374 respectively PV Type ROOF NOTES: Both meters are located at the same POC.This location requires aesthetic consideration Roof mounted systems may not protrude over the parapet.A low tilt solar installation may be preferable. 3 40 DEEMMUTH COMMUNITY CENTER rf r T r } { P 1 { �v s" a r 1 k 1 t � sZ Account Service Number 3-035-5527-94 Rate GS-2 Customer Account Number 2-32-751-1200 Meter Number 259000-004702 Address 3601 E MESQUITE AVE City/Zip PALM SPRINGS 92264 Annual kWh 113,270 PV Type ROOF NOTES:This location requires aesthetic consideration.Area to the east is Demuth Park.A low tilt solar installation may be preferable. Shading from the trees to the west may be an issue. 4 41 DEMUTH PARK r _ f , t -t N Account Service Number 3-021-6491-21 Rate GS-2 Customer Account Number 2-24-660-9226&others listed in Exhibit"C" Meter Number 259000-002406&others listed in Exhibit "C" Address 330 48.509', -1160 29.907' City/Zip PALM SPRINGS 92262 Annual kWh 62,178 PV Type CARPORT NOTES: Primary location for the system is the center parking area of the park. Although, other areas may be considered. This location requires aesthetic consideration.This location can be considered for Net Energy Metering Aggregation (NEMA). See the utility data exhibit for additional meters and load information. Solar vendors should identify a preferred interconnection point during the site walk. 5 42 1]MIR CITY WIDE SOLAR UPDATE •Feasibility: In early 2014 Newcomb/Andersen/McCormick (NAM) was hired by the City to conduct a feasibility study of 25 sites to determine those that might be viable for Photovoltaic (PV) installations. *Results: In June of 2014 the findings of the feasibility stud g Y Y were presented to the City Council; there were ten viable sites. (Animal Shelter, Convention Center, Demuth Community Center, Demuth Park, Downtown Parking Structure, Fire Stations 1 &4, Sunrise Plaza, Wastewater Treatment Plant) •RFP: On June 18, 2014 the City Council authorized NAM to Proceed with the development of a Request For Proposal (RFP) Document to install PV on the ten sites. �,t f Zi jto15 �� 4 is . •Rebates: In June of 2014 the City Council authorized the City's participation in the SCE SCI Solar Rebate program. $60,000 in deposits were authorized by City Council to hold rebate funding of $1.8 million for the projects. SCE has accepted those applications. *SCAQMD Grant Sites: In November of 2014 the City Council Authorized NAM to add the four SCAQMD grant funded sites to the RFP document. (James O. Jessie Desert Highlands Unity Center, Fire Sta. #3, Train Station, Visitor Center) *Additional Rebates: The four SCAQMD sites were submitted to SCE for CSI rebates and those have just been accepted subject to a deposit for $6250 to hold $146,591 in additional rebates. •What is Being Sought: The RFP document that has been developed seeks Design/Build proposals from qualified firms. Specifically the firms are asked to provide proposals for two approaches: •Quotes to design/build PV systems for the fourteen sites under the scenario that the City would provide the capital investment and own & operate the systems. •Quotes to design/build PV systems for original ten sites under the scenario that a third party would own & operate the systems and the City would buy power at a discounted rate. *City Ownership Costs: The first approach of City ownership was estimated in the feasibility study for the initial ten (10) sites at $12.5 million. The additional grant funded sites were estimated at $1.175 million. *Third Party ownership: The Second approach of third party ownership it was estimated that the City would pay $0.13/kwh; a potential savings of $2.1 million over 25 years. *Timing: The RFP will be advertised tomorrow with proposals due March 19.2015