Solar Electric System Installation and Financing

Bid/RFP Status: 
Closed - no longer accepting bids and proposals
Bid/RFP Due Date: 
Friday, November 3, 2017 - 2:00pm
Back to Bids/RFPs

                                                                          Request for Proposals
                                                   Solar Electric System Installation and Financing for:  

                                                                          Sauk County, Wisconsin
                                                              Date RFP released: September 18, 2017
                                                              Proposal Due: 2 pm November 3, 2017

Section 1: Background and Objectives
Sauk County seeks bids from qualified solar electricity installers and third party participant
(TPP) investors for two solar electric systems totaling approximately 625 kilowatts (total dc
rated module capacity). The projects shall be fully installed and grid connected by July 1,
2018. The systems are to be installed at Sauk County’s Law Enforcement Center (LEC)
Baraboo WI (approximately 400 kW) and Health Care Center (HCC) Reedsburg WI
(approximately 225 kW). The sites are in the electricity services territories of Alliant Energy
and the Reedsburg Utility Commission, respectively.
Sauk County is adding solar power and implementing energy efficiency measures at their
Law Enforcement Center (LEC) and Health Care Center (HCC). This work is being led by
Hoffman Planning, Design & Construction, Inc., of Appleton WI and Niels Wolter of Madison
Solar Consulting.
The solar PV financing strategy is expected to use third party participant (TPP) investors to
provide the up-front capital beyond that provided by Wisconsin Focus on Energy grant
awards. TPP investors are anticipated to utilize federal tax benefits in a manner acceptable
to the Sauk County, Alliant Energy, the Reedsburg Utility Commission and Wisconsin Focus
on Energy. Sauk County’s financing strategy’s goal is to provide positive cash flow to the
County over the entire term of the financing, except for the buyout year.
The objective of this Request for Proposal (RFP) is to identify the most financially
advantageous proposal for Sauk County from qualified solar installers and TPP investors
(under the selection criteria herein) to design, supply, install, commission, maintain and
finance the solar electric systems. The TPP/financial services provider and the installation
provider may be the same firm, or a partnership.
The bid documentation also includes: geotechnical report for the Health Care Center and
Annual and 15-minute electricity consumption data (Excel files) for both sites.
All communications regarding this RFP shall be with Niels Wolter:
Niels Wolter
dba Madison Solar Consulting
2734 Kendall Ave.
Madison WI, 53705
madison.solar@me.com
608.216.4452
Final proposals in response to this RFP should dropped off at the Sauk County Clerk’s
Office, be emailed, or mailed (two hard copies) to:
Becky Evert
County Clerk
Sauk County
510 Broadway
Baraboo WI, 53913
bevert@co.sauk.wi.us
608.355.3286
It is strongly recommended that prospective installers visit the installation sites. Interested
bidders can visit the site during the site tour, which will be offered on the time and date
shown on the Project Schedule. The site visits will start at the entrance to the LEC located
at 1300 Lange Ct. in Baraboo. After the LEC site visit, visitors will drive to the HCC site
located at 1051 Clark St. in Reedsburg. If you are unable to attend the site visit please
contact Niels Wolter to schedule a site visit time (to be led by Sauk County staff). During
the site tour, interested bidders will be shown all building areas involved in the solar
installation. You must confirm your attendance by the time and date shown below with Niels
Wolter.
Project Schedule
Activity Date
Request for Proposals Issued September 18, 2017
Confirm Site Visit Attendance September 26, 2017 5 pm CT
Site Visit September 28, 2017 1 pm CT
Proposals Due November 3, 2017 2 pm CT
Preferred Contractor Identified November 16, 2017
Systems Commissioned, Utility
Interconnected, and Fully Operational
July 1, 2018
Section 2: Solicitation Process
Respondents to the RFP must demonstrate that they satisfy the minimum requirements
described herein to be considered as eligible respondents. The response must meet the
requirements herein and must adequately address all questions that may arise during the
bidding process.
Responses to this RFP must be submitted in writing or electronically, signed by an
authorized officer or an agent of the respondent. Sauk County must receive two hard
copies (please note other requirements in Appendix 1, item 3) or an electronic PDF copy of
the respondent’s package. Responses submitted after the proposal due date cannot be
accepted, and responses that are incomplete or do not conform to the requirements of this
RFP will not be considered.
Section 3: Minimum Project Requirements That Must be Included in Proposals
Proposals submitted in response to this RFP must respond to each of the areas identified
herein, including obligations of each party as envisioned by the respondent. Proposals must
provide sufficient information to enable the selection committee to understand the overall
proposal and the services to be provided. The selection committee reserves the right to
deem any proposal as non-responsive and to give it no further consideration. The selection
committee also reserves the right to request clarification and or additional information from
any respondent.
Section 4: General Assumptions PV System Installation
System sizing should be modified to optimize financial performance for Sauk County at each
site.
All solar electric systems are to:
• Be designed, specified and installed to maximize cost effective solar electric power
production
• Be designed, specified and installed to minimize the local electric utility’s
interconnection costs
• Meet the requirements of the local electric utility when site’s back-up generator is
energized (the cost of any needed controls are to be included in the bid price)
• Be designed for easy access for maintenance and repairs
• Use solar electric modules that:
• Have a 25-year production guarantee
• Are on California’s list of “Incentive Eligible Photovoltaic Modules”
• Use inverters that:
• Are on California’s list of “Incentive Eligible Photovoltaic Inverters”
• Record data and display over the internet via Ethernet connection
• Measure and record minute-by-minute solar power output
• Ability to display data via Ethernet port connected to the internet
• Include a revenue grade monitoring systems, which meets the needs of the TPP for
billing the County under the energy services agreement
• Include all troubleshooting, testing, maintenance, and repair services over the term
of the energy services agreement
The selected bidder will train County staff at each site and provide a manual for operating
and maintaining the PV systems for when the County takes ownership.
The selected bidder shall specify, install, operate, and maintain the PV systems to minimize
the operating costs after the County takes ownership. This may include purchasing longterm
warranties, extra components, or other practices.
Law Enforcement Center (LEC) Solar Electric System
Address: 1300 Lange Ct., Baraboo WI 53913
Alliant Energy current electric tariff: CP1
15-minute, monthly and annual electricity usage data provided under separate cover
The LEC System will have two arrays:
• Metal roof mounted on the Annex Building: approximately 200 kW (Figure 1)
• Flat roof mounted on the LEC’s northern most two buildings, approximately 200 kW
(Figure 1)
• The LEC roof and the LEC Annex Building’s roof do not require structural
augmentation (PE stamped review of the LECs’ roof areas are attached as
Appendix 2).
• The LEC’s flat roof used for the solar system will be replaced in the spring of
2018 prior to the solar system’s installation (assume installation in completed
by May 15, 2018).
Figure 1. Google Maps Image of the LEC Site
Annex Roof ~200 kW Array
The Annex’s metal roof faces east and west with about a 22o slope from the horizontal. The
array should cover all available roof areas. The array should include snow breaks to halt
snow slides onto cars and pedestrians. Cleary Buildings has reviewed and an independent
PE has certified that the roof can support the weight of a 3-psf array (Appendix 2).
Figure 2. Helioscope Schematic of the Possible Layout of Annex and LEC Building ~400 kW
PV Arrays
LEC Roof ~200 kW array
The LEC roof array is sited adjacent to the Annex Building on two flat roofed buildings. The
roof areas are stone ballasted and will be replaced with an adhered membrane roof prior to
the installation of the solar system. The solar installation firm will work with the roofing
installation firm to ensure that the roof warranty is maintained. A PE has certified that the
stone-ballasted LEC roof can support the weight of a 5.5-psf array (the removal of the
ballast stones should allow for additional weight).
Health Care Center (HCC) Solar Electric System
Address: 1051 Clark St., Reedsburg, WI 53959
Reedsburg Utility Commission current electric tariff: CP2
15-minute, monthly and annual electricity usage data provided under separate cover
Figure 3. HCC Site from Google Maps
Figure 4. Helioscope Schematic of the Possible Layout for the HCC ~225 kW Solar Arrays
The HCC solar system is to be ground mounted and not tracking. The site of the PV array is
to be located approximately as shown in Figure 4. Any conduit run under the road and
sidewalks is to be bored noted trenched. The geotechnical report for the HCC site is
provided under separate cover.
1. Code and Standards
• Installation must meet or exceed all relevant building and electrical codes of
the cities of Baraboo and Reedsburg, and the State of Wisconsin.
• Modules and racking must comply with wind uplift requirements per the
American Society of Civil Engineers Standard for Minimum Design Loads for
Buildings and Other Structures, and must be able to withstand design wind
speeds of at least 100 mph (3-second gusts).
• System installation must conform to Occupational Health and Safety
Administration (OSHA) directives.
• Rooftop system components should adhere to Uniform Building Code (UBC)
fire code regulations.
• The selected bidder shall obtain all necessary permits.
2. Certified Solar Electric System Installer
• The lead installer for the system must be a NABCEP certified installer in good
standing. The NABCEP certified lead installer must be identified in the RFP.
3. Requested Support Services
Beyond the standard design, installation and TPP financial services the selected bidder
may:
• Present their proposal to the Sauk County Board, the Property and Insurance
Committee and the Conservation, Planning and Zoning Committee and the
HCC’s Board of Trustees. The Sauk County Board may decide to proceed
with both systems, one system, or no systems.
• Work with Sauk County Staff and County Board of Supervisors as appropriate
to finalize all project specifications and contracts
• Submit applications to Alliant Energy and Reedsburg Utility Commission in
coordination with Sauk County staff for interconnection, including:
o Coordinate with Sauk County staff when completing the
interconnection application forms
o Be available to answer questions, provide additional information, etc.,
to Alliant Energy and the Reedsburg Utility Commission, if requested
by the utility
o Attend the utilities’ interconnection testing and/or commissioning of
the systems, if requested by the utility
o Provide other standard procedures as needed for successful
installation, financing, commissioning and operation of the solar
systems
4. Insurance Responsibility (also see Appendix 1)
The Contractor performing the installation and maintenance services:
• Maintain worker's compensation insurance as required by Wisconsin Statutes
for all employees engaged in the work.
• Maintain commercial liability, bodily injury and property damage insurance
against any claim(s), which might occur in carrying out this
agreement/contract. Minimum coverage shall be one million dollars
($1,000,000) each occurrence / two million dollars ($2,000,000) general
aggregate liability for bodily injury and property damage including products
liability and completed operations. Provide motor vehicle insurance for all
owned, non-owned and hired vehicles that are used in carrying out this
contract. Minimum coverage shall be one million dollars ($1,000,000) per
occurrence combined single limit for automobile liability and property
damage. Maintain an Installation Floater covering labor, materials and
equipment to be used for completion of the work performed against all risks
of direct physical loss, excluding earthquake and flood, for an amount equal to
the full amount of the improvements.
• The County reserves the right to require higher or lower limits where
warranted.
• Demonstrate access to construction bonds or provide other alternative
method for insuring complete and timely installation of the project.
• Upon request by the County, the Contractor is required to provide a
Certificate of Insurance with a minimum 60-day cancellation notice, from an
insurance company licensed to do business in the State of Wisconsin. The
County will have the Certificate of Insurance on file for the duration of the
project.
Section 5: General Financing Assumptions
General
Item Assumption Comments
Sauk County will use their
Focus on Energy Grants to
own a portion of the PV
systems
LEC Focus on Energy grant:
$86,366 assuming 457,748
kWh of solar generation in
year one
HCC Focus on Energy grant:
$59,555 assuming 299,392
kWh of solar generation in
year one
As the systems will be
completed after December
31, 2017 the grant payments
are reduced by 10% from the
amounts indicated above.
The PV systems are to be coowned,
not third party
owned. Focus on Energy is
aware of this arrangement.
Solar service agreement
payments
Based on actual PV system
generation or similar (e.g.,
capacity factor)
Solar system liability and
property/casualty insurance
Cost covered, or reimbursed
to County, by the TPP
Share of solar power
delivered to the utility grid
Sites’ 15-minute electricity
use is provided (as excel
files) as part of the bid
package.
The 15-minute data does not
show the impact of the
planned energy efficiency
and demand side
management measures. The
energy efficiency measures
being installed prior to the
solar systems installation are
anticipated to reduce annual
electricity use by 450,000
kWh at the LEC and 220,000
kWh at the HCC.
Annual utility electricity price
escalation rate for both
usage and demand
3%
Monthly average demand
savings
HCC and LEC: 20% of the PV
systems rated dc capacity
The LEC and HCC are
concurrently implementing
energy efficiency and
demand management
measures that should reduce
demand charges in addition
to demand charge reduction
associated with the solar PV
systems
Annual average demand
savings
HCC and LEC: 12% of the PV
systems rated dc capacity
Discount rate 5%
All solar system O&M,
testing, updating, trouble
shooting, and similar costs
prior to buy-out by Sauk
County
To be covered by the TPP While the TPP owns the
majority of the solar systems,
the County is to have no
expenses for the solar
systems. This includes, for
example, updating
monitoring systems when the
County changes out a server.
System buyout date and
price
Must meet all federal
requirements
Options for multiple dates
may be offered.
County’s insurance cost 0.35% of system’s installed
cost
Background Information
LEC Roof Replacement
The LEC’s flat roof will be replaced prior to the solar installation. Assume the new roof is
installed by May 1, 2018.
Electric Utility Interconnection
The Hoffman team is currently helping install a similar sized TPP financed co-owned solar
systems in Eagle River Wisconsin. The local electric utility, Eagle River Water & Light, is a
member of WPPI Energy. After providing a preliminary interconnection request describing
the system and the co-ownership strategy ERW&L and WPPI had no objections. The
Reedsburg Utility Commission is also a member of WPPI Energy.
Two years ago the Hoffman team helped install a similar sized TPP financed co-owned solar
systems at the Darlington School District. Alliant Energy reviewed all contracts, negotiated
changes and allowed the systems to be energized.
Focus on Energy
The County and the Hoffman team had discussion with the Wisconsin Focus on Energy
regarding the County’s eligibility for the RECIP grant working with TPP arrangements. The
projects were described as follows and the Grant were awarded:
The Sauk County solar projects will not use third party ownership under a power purchase
agreement. The projects will include energy services including demand side management
and energy efficiency services as well as solar. The projects will be co-owned with a
significant share owned by the County and investors (until buyout at which time the County
assumes full ownership). The agreement for energy services may take the form of an energy
services agreement (similar to the Darlington School District solar project which was
completed with Focus on Energy and Alliant) or a lease.
If your financing strategy differs from this description, please describe how in your proposal.
Please do not contact Focus on Energy at this time.
TPP Provider’s Insurance Requirements
The TPP provider shall have:
1. Commercial general liability insurance
• For LEC with limits not less than $2,000,000 for injury to or death of one or more
persons in any one occurrence and $2,000,000 for damage or destruction to
property in any one occurrence, $4,000,000 in the aggregate
• For HCC (if under 200 kW ac) with limits not less than $1,000,000 for injury to or
death of one or more persons in any one occurrence and $1,000,000 for damage or
destruction to property in any one occurrence, $2,000,000 in the aggregate
• Or that meets Wisconsin Statute PSC 119.05.
2. Worker's compensation and employer's liability insurance, in compliance with Applicable
Laws with limits of not less than $1,000,000.
3. Replacement cost property insurance against systems loss, with limits not less than the
installed cost of the PV systems.
Section 6: List of the Proposal Components
Please clearly number each section for our ease of evaluation.
1) Transmittal Letter - Please provide a statement signed by a party authorized to sign
binding agreements for projects of the type contemplated herein -- the letter shall
clearly indicate that the respondent has carefully read all the provisions in the RFP.
Please include information as to your company’s ability to meet the installation timeline
and what could prevent your company from meeting the deadline.
2) Solar PV System Installation
Product/technology description
a) Respondents shall:
b) Describe each solar electric system; including drawings of each system.
i) What is the optimal PV system size to provide the best financial performance for
Sauk County, and its estimated annual kWh output? Please provide your
estimates of snow and obstacle shading for each system. Please state your
assumptions and show your calculations.
ii) State that the systems will comply with all the requirements of Section 4, or list
the items that would not comply and state why.
iii) Describe the main technologies (modules, inverters, racking and monitoring) that
your company proposes for this project and why those technologies would be in
the best interest of Sauk County.
iv) For each technology selected describe any other benefits your system provides
that other technologies may not provide.
v) For each technology please provide information about any potentially adverse
effects. Please describe, including expected number of roof penetrations if any
vi) For each solar electric system/array describe:
(1) The installed weight of the roof-mounted components per square foot
(2) Where and the inverters will be located
(3) The ground and roof array racking system
c) Warrantees
i) What are the warranty periods and types for:
(1) Modules
(2) Inverters
(3) Racking
(4) Monitoring system
d) System Cost
i) What is the fully installed and commissioned cost of the LEC and the HCC PV
systems (total and $/kW dc)
e) Installation, Operation and Maintenance Team and Services
i) Describe your team and the services that would be provided during the TPP’s
ownership period. The County is to have no expenses for the solar systems
during the period that the TPP is a part owner.
ii) Describe additional O&M services that you could offer after the County takes full
ownership.
3) Solar PV System Financing/TPP
Assume that the LEC and HCC installations are completed by July 1, 2018
a) Describe the TPP financing structure. Comment on its compliance with Wisconsin’s
utility regulation including Focus on Energy incentives and the relevant utilities.
b) Describe the source(s) of the TPP’s project financing. What are the types and sources
of equity and debt financing? Is the equity from individuals, trusts, corporations, or
other? If debt (of some form) is used, is it from individuals, banks, finance
companies, or other?
c) Provide examples of the required legal documents that will be used with the County.
d) Provide the anticipated Focus on Energy grant amounts after any changes that affect
the systems’ expected solar generation.
e) For each system what is the expected year-one generation and what share of the
solar generation is expected to be supplied to the utility grid on an annual basis
f) Describe the specifics of the TPP proposal for each site, including:
i) Solar service agreement rate - expressed as the cost per kWh of solar power
generated in year one
ii) Whether and how the solar service agreement payments will be adjusted for
actual system solar generation
iii) The County’s initial ownership share of the PV systems
iv) Annual escalation rate of the solar service agreement
v) Initial term (years) of the solar service agreement
vi) Solar service agreement extension options at end of initial term, buyout cost and
removal options
g) For each site present the County’s
i) Annual, and cumulative cash flows over 25-years (Appendix 3 provides a sample
template), including:
(1) Solar service agreement payments
(2) System buyout price
(3) Annual electric bill savings after system buyout (assume no contract
extension)
(4) County’s estimated annual routine O&M and component replacement cost
after buyout
(5) County’s annual insurance cost after buyout
ii) 25 year discounted net present values for each system
h) If the projects’ annual cash flow is not positive in all years (except the buy-out year)
what changes, additional funding (e.g., SREC sales) is needed to be cash flow
positive?
i) Describe the impact if any (on the metrics shown above) at the LEC, if the HCC
project does not go forward
4) Insurance
a) Describe, and if appropriate, attach samples of the insurance coverage for the:
i) Installation firm
ii) TPP
iii) County
b) Describe property insurance approach and requirements.
5) Project Schedule
Provide a project schedule indicating dates for the expected milestones, with each task
referenced as well as a start and completion dates for the project (an example schedule
is attached as Appendix 4).
6) References
a) Provide six installation references for commercial projects (at least two of which were
in excess of 100 kW) that have been completed by the bidder in the last 5 years.
The details needed for each system:
i) Location of system
ii) Size of system
iii) General description of system
iv) Contact information (phone and email) for someone at the system site or
responsible for the system and familiar with your work
b) Provide two solar project financing references for projects that used the same or
similar TPP structure
The details needed for each system:
i) Location of system
ii) Size of system
iii) General description of the TPP structure
iv) Contact information (phone and email) for someone at the system site or
responsible for the system’s financing and familiar with your work
7) Construction Contract Form
Respondents shall provide a blank copy of their standard construction contract form.
For example, a document that generally follows the AIA-A101 Standard Form
Agreement. Any contract must include the RFP, the selected bidder’s proposal and
Sauk County’s Standard Terms and Conditions (as included in Appendix 1).
8) Conflict of Interest
Identify any potential conflicts of interest that the TPP, their investors or the installation
firm and its staff has with Sauk County staff and/or Sauk County Supervisors
9) Sauk County – General Requirements
Include a signed and notarized copy of Appendix 1
Section 7: Evaluation Criteria
The principal evaluation criterion includes the following:
Criteria
1. The fully installed and commissioned cost of each PV system
2. County’s financial performance per the metrics noted above in Section 6.3.g
3. Components selected and their warranties
4. Prior experience installing and financing similar solar electric systems
5. Ability to finish on time: systems fully permitted, interconnected, commissioned,
financed, and placed in service with the Focus on Energy grant payment
6. Terms of Energy Service Agreement
The selection committee reserves the right, at its sole discretion, to accept a response that
does not satisfy all requirements but which, in the selection committee’s sole judgment,
sufficiently demonstrates the ability to produce, deliver, design, permit, install and satisfy
the major requirements set forth in this RFP. The selection committee reserves the right to
interview any or all respondents to this RFP, or to ask for additional information or
clarifications. The selection committee expects to complete its evaluation process to select
qualified contractors, but reserves the right to change key dates and action as the need
arises.
Section 8: General Requirements
See to Appendix 1. Please note that you must sign, notarize and return a copy of
Appendix 1 with your proposal.
Appendix 1. Sauk County – General Requirements
STANDARD TERMS AND CONDITIONS (REQUESTS FOR PROPOSAL)
1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable.
Sauk County shall be the sole judge or equivalency. Contractors are cautioned to
avoid proposing alternates to the specifications, which may result in rejection of their
proposal.
2.0 DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from terms, conditions,
or specifications shall be described fully, on the contractor's letterhead, signed, and
attached to the request. In the absence of such statement, the proposal shall be
accepted as in strict compliance with all terms, conditions, and specifications and the
contractors shall be held liable.
3.0 ACCEPTANCE-REJECTION: Sauk County reserves the right to accept or reject any
or all proposals, to waive any technicality in any proposal submitted, and to accept
any part of a proposal as deemed to be in the best interests of Sauk County.
3.1 Hard copy proposals MUST be date stamped by the County Clerk, on or
before the date and time that the proposal is due. Hard copy proposals
dated and time stamped in another office will be rejected. Receipt of a
proposal by the mail system constitutes receipt of a proposal by the
Administrator.
3.2 Proposals shall be submitted on company letterhead and signed by an officer
of the company. Hard Copy proposals must be in a marked and sealed
envelope titled "Sauk County Solar PV Project"
4.0 TAXES: Sauk County and its agencies are exempt from payment of all federal tax
and Wisconsin state and local taxes on its purchases except Wisconsin excise tax on
alcoholic beverages which is excepted by State Statutes.
5.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any
contract or order awarded as a result of this request except where special
requirements are stated elsewhere in the request; in such cases, the special
requirements shall apply. Further, the written contract shall constitute the entire
agreement and no other terms and conditions in any document, acceptance, or
acknowledgment shall be effective or binding unless expressly agreed to in writing
by the contracting authority.
6.0 APPLICABLE LAW: The contractor shall at all times comply with and observe all
federal and state laws, local laws, ordinances, and regulations which are in effect
during the period of this contract and which in any manner affect the work of its
conduct. The Sauk County Circuit Court shall be the court of exclusive jurisdiction
for any litigation between the parties arising out of the performance of this contract.
This contract shall be interpreted in accordance with the laws of the State of
Wisconsin. It is understood that requirements of Wis. Stat. § 59.52(29) do not apply
to this solicitation, as the contract awarded will not involve "public work" as defined
by Wisconsin law.
7.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this
contract may be assigned or delegated without the prior written consent of Sauk
County.
8.0 SUBCONTRACTORS: If subcontractors are planned to be used, this should be
clearly explained in the proposal. Sauk County reserves the right to reject any
subcontractor. However, the prime contractor will be responsible for contract
performance whether or not subcontractors are used.
9.0 ARBITRATION/APPEALS PROCESS: Notice of intent to protest and protests of any
award made must be made in writing and filed with Sauk County Clerk, Sauk County
West Square Building, 505 Broadway, Baraboo, Wisconsin 53913, within five (5)
calendar days after discussion and recommendation of award. The provisions of
Chapter 68 of the Wisconsin Statutes shall apply.
9.1 Any dispute arising after award as to performance, quality and/or quantity
shall be subject to arbitration as provided under Chapter 788 of the
Wisconsin Statutes.
9.2 Sauk County reserves the right to have claims, disputes, or other matters in
question decided by litigation. If Sauk County waives its right to litigation,
then the arbitration provisions shall apply.
10.0 NONDISCRIMINATION: In connection with the performance of work under this
contract, the contractor agrees not to discriminate against any employee or
applicant for employment because of age, race, religion, color, handicap, sex,
physical condition, developmental disability as defined in s. 51.01(5), Wis. Stats.,
sexual orientation or national origin. This provision shall include, but not be limited
to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
10.1 Failure to comply with the conditions of this clause may result in the
contractor becoming declared an "ineligible" contractor, termination of the
contract, or withholding of payment.
11.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to Sauk
County must comply fully with all safety requirements as set forth by the Wisconsin
Administrative Code, Rules of the Industrial Commission on Safety, and all applicable
OSHA Standards.
12.0 HOLD HARMLESS: Contractor agrees to indemnify, hold harmless, and defend Sauk
County, its officers, agents and employees from any and all liability including claims,
demands, losses, costs, expenses and damages of every kind arising out of or in
connection with services provided pursuant to this contract where such liability is
founded upon or grows out of acts or omissions of any agents or employees of the
contractor.
13.0 INSURANCE RESPONSIBILITY: The contractor performing services for Sauk County
shall comply with the insurance requirements contained herein.
13.1 Provide own insurance, countersigned by an insurer licensed to do business
in the State of Wisconsin, covering the period of the agreement/contract
indicating that Contractor is insured under professional liability insurance in
an amount not less than minimum amounts reasonably necessary and
sufficient within the profession.
13.2 Provide insurance certificates indicating required coverage, countersigned by
an insurer licensed to do business in Wisconsin, covering the period of the
agreement/contract. The insurance certificate is required to be presented
prior to the issuance of the purchase order or before commencement of the
contract.
14.0 CANCELLATION: Sauk County reserves the right to cancel any contract in whole or
in part without penalty due to non-appropriation of funds, or for failure of the
contractor to comply with the terms, conditions, and specifications of this contract.
15.0 AUDIT: During the term of the contract, the contractor shall, upon the request of the
Sauk County Controller, make available at reasonable times and places, such
information as may be required for the purpose of auditing submitted bills for the
service provided under the contract.
16.0 INDEPENDENT CONTRACTOR STATUS: None of the officers, employees, or agents
of the contractor are employees of Sauk County for any purpose, including but not
limited to compensation, fringe benefits, or insurance coverage.
17.0 PUBLIC RECORDS ACCESS: It is the intention of the county to maintain an open
and public process in the solicitation, submission, review, and approval of
procurement activities.
17.1 Proposal/proposal openings are public unless otherwise specified. Records
may not be available for public inspection prior to issuance of the notice of
intent to award or the award of the contract.
17.2 Vendor agrees to assist Sauk County in complying with open records
requests.
18.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within
a request, must be clearly stated in the proposal itself. Proprietary information
submitted in response to a request will be handled in accordance with applicable
Sauk County procurement regulations and the Wisconsin public records law.
Proprietary restrictions normally are not accepted. However, when accepted, it is the
Contractor’s responsibility to defend the determination in the event of an appeal or
litigation.
18.1 Data contained in a proposal, all documentation provided therein, and
innovations developed as a result of the contracted commodities or services
cannot be copyrighted or patented. All data, documentation, and
innovations become the property of the Sauk County.
18.2 Any material submitted by the proposer in response to this request that the
proposer considers confidential and proprietary information and which
qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material,
which can be kept confidential under the Wisconsin public records law, must
be identified. Proposal prices cannot be held confidential.
19.0 DISCLOSURE: If a public official (s. 19.42, Wis. Stats.), a member of the public
official's immediate family, or any organization in which a public official or a member
of the official's immediate family owns or controls a ten percent (10%) interest, is a
party to this agreement, and if this agreement involves payment of more than three
thousand dollars ($3,000.00) within a twelve (12) month period, this contract is
voidable by the county unless appropriate disclosure is made according to s.
19.45(6), Wis. Stats., before signing the contract.
20.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this
award(s) is a hazardous chemical, as defined under 29 CFR 1910.1200, provide one
(1) copy of Material Safety Data Sheet for each item with the shipped container(s)
and one (1) copy with the invoice(s).
21.0 TERMINATION FOR CONVENIENCE: Sauk County reserves the right to terminate
this contract for convenience upon 60 days notice.
22.0 TERMINATION FOR DEFAULT: Sauk County reserves the right to terminate the
contract for default if, after twenty days written notice to cure default, contractor fails
to satisfactorily cure the default.
The Vendor has examined and carefully prepared the Proposal from the plans and
specifications and has checked the same in detail before submitting the Proposal to
Sauk County, including the Standard Terms and Conditions. The Vendor has had the
opportunity to view the installation site and has obtained all necessary information to
properly complete this Proposal:
(Company Name/Firm) (Witness)
(Company Representative) (County Representative)
(Signature) (Signature)
(STATE OF WISCONSIN )
)ss.
SAUK COUNTY )
Personally came before me this ______ day of _________________, 2017, the above named
_______________________________________________ to me known to be the person who
executed the foregoing instrument and acknowledge the same.
________________________________________
Signature of Notary Public
_______________________________________
Typed or Printed Name of Notary Public
My Commission (expires) (is) ___________
Appendix 2.
Appendix 3. Sample Template for presenting each PV project’s cash flow
Year 1 2 3 (show all
years)
County’s Energy Service
Agreement Payments ($/year)
County’s Buyout Price (note year
and amount ($))
County’s Electricity Bill Savings*
($/year)
County’s O&M and
Replacement Costs* ($/year)
County’s Insurance Costs*
($/year)
Annual Net Cash Flow ($/year)
Cumulative Total ($)
NPV at year 25 ($): ___________
Note
* After the County’s buyout of the system
Appendix 4: Example Project Schedules (provide for each site)
Please modify as appropriate
Activity Date
Contractor Selected
Offer and finalization of contract negotiations
Execution and delivery of signed contract
Commencement of design activities
Building and electrical permit applications submitted (as
appropriate)
Building and electrical permit applications approved (as
appropriate)
Interconnection Application submitted to the electric utility
Interconnection Application approved by the electric utility
Delivery of system components
Construction begins
LEC flat roof replacement completed May 15, 2018
Systems’ construction completed Before June 15, 2018
Final inspection
Utility interconnection testing
Systems’ commissioned, utility interconnected and fully
operational Before July 1, 2018