Draft of 12/1/08 REQUEST FOR PROPOSALS FOR RESOURCES QUALIFIED TO PARTICIPATE IN PJM’S FULL EMERGENCY LOAD RESPONSE PROGRAM [UTILITY NAME] ISSUE DATE: ____________, 200__ REQUEST FOR PROPOSALS FOR RESOURCES QUALIFIED TO PARTICIPATE IN PJM’S FULL EMERGENCY LOAD RESPONSE PROGRAM TABLE OF CONTENTS 1. 2. INTRODUCTION .......................................................................................................1 RFP PROCESS AND SCHEDULE ............................................................................1 2.1 Overview and Schedule .......................................................................................1 2.2 Notice of Intent to Bid .........................................................................................2 2.3 Buyer – Bidder Communications.........................................................................2 2.4 Proposal Submittal ...............................................................................................2 2.5 Proposal Clarifications .........................................................................................3 3. ELIGIBILITY REQUIREMENTS..............................................................................3 3.1 Qualified Load Management Resources ..............................................................3 3.2 Delivery of Load Management Resources ...........................................................3 3.3 Commencement of Service ..................................................................................4 3.4 Requirements .......................................................................................................4 3.5 Restrictions ..........................................................................................................4 4. PROPOSAL REQUIREMENTS .................................................................................4 4.1 Quantity................................................................................................................4 4.2 Contract Pricing and Non-Performance Penalties ...............................................5 4.3 Term .....................................................................................................................5 4.4 Effectiveness of Proposal .....................................................................................5 4.5 Participation Agreement ......................................................................................5 5. SUBMISSION OF PROPOSALS ...............................................................................5 5.1 Proposal Fee .........................................................................................................5 5.2 Ownership of Material .........................................................................................6 6. PROPOSAL EVALUATION PROCESS ...................................................................6 6.1 Evaluation Factors ...............................................................................................6 6.2 Sample of Proposal Evaluation Methodology .....................................................7 6.3 Non-Interference By Bidders ...............................................................................7 7. CREDIT SUPPORT; SECURITY FOR PERFORMANCE .......................................7 8. COMMISSION APPROVAL .....................................................................................7 9. CONFIDENTIALITY .................................................................................................8 10. MEASURES TO PROTECT AGAINST SELF-DEALING.......................................8 11. NON-DISCRIMINATION POLICY ..........................................................................9 12. GENERAL DISCLAIMER AND RESERVATION ..................................................9 ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENT D FORM OF PARTICIPATION AGREEMENT FORM OF NOTICE OF INTENT TO BID FORM OF PROPOSAL SAMPLE PROPOSAL EVALUATION METHODOLOGY REQUEST FOR PROPOSALS FOR RESOURCES QUALIFIED TO PARTICIPATE IN PJM’S FULL EMERGENCY LOAD RESPONSE PROGRAM 1. INTRODUCTION Through the issuance of this Request for Proposals (“RFP”), ___________________ (“_________” or “Buyer”) is soliciting proposals (each, a “Proposal”) for Capacity Resources from Demand Resources and Interruptible Load for Reliability resources (collectively, “Load Management Resources”) located in the Maryland service territory of Buyer to participate in the Full Program Option of PJM Interconnection L.L.C.’s (“PJM”) Emergency Load Response Program (“Full Emergency Load Response Program”). Buyer is seeking to contract with the Load Management Resources individually, or through an entity aggregating Load Management Resources (a “Supplier”), for up to __ megawatts of Unforced Capacity (UCAP).1 Bidders can offer Proposals for single or multiple year commitments during the five-year term beginning June 1, 2011 and ending May 31, 2016, and for the two-year option period from June 1, 2016 through May 31, 2018 (described below). The Load Management Resources need not be available for the start of, or full duration of, this supply period. Capitalized terms used herein and not otherwise defined shall have the meanings given to such terms in PJM’s Reliability Assurance Agreement, Open Access Transmission Tariff and related PJM agreements and manuals. Buyer will evaluate Proposals from bidders (each, a “Bidder”) based on the factors outlined in this RFP. Buyer’s acceptance of any Proposal submitted hereunder will be subject to the execution of a definitive Participation Agreement (“Participation Agreement”) by the Bidder and the Buyer and approval of such Participation Agreement by the Maryland Public Service Commission (the “Commission”). The form of Participation Agreement is included as Attachment A of this document. This RFP is being issued pursuant to a Commission Order issued in Case No. 9149. 2. RFP PROCESS AND SCHEDULE 2.1 Overview and Schedule The overall schedule for this RFP is set forth below. 1 64 MWs for Delmarva Power & Light Company and 185 MWs for Potomac Electric Power Company. EVENT Issuance of RFP by Buyer Notices of Intent to Bid due Deadline for submittal of questions Proposals due Notification of winning Bidders Target deadline for execution of Participation Agreements Application for approval of executed Participation Agreements filed with the Commission 2.2 DATE/DEADLINE Notice of Intent to Bid On or before ____________, 200__, each Bidder intending to submit a Proposal is required to deliver to Buyer a Notice of Intent to Bid for each such Proposal in the form of Attachment B (a “Notice of Intent to Bid”). Bidders may submit Notices of Intent to Bid either: (i) via e-mail to _____@____.com (the “RFP Email Address”); or (ii) by faxing a fully completed Notice of Intent to Bid to Buyer at __________. Regardless of method, all Notices of Intent to Bid must be received by Buyer on or before 11:59 p.m. (EST) on ____________, 200__. Submission of a Notice of Intent to Bid does not obligate a Bidder to submit a Proposal. After ____________, 200__, correspondence from Buyer regarding this RFP will be forwarded only to Bidders that have submitted a timely Notice of Intent to Bid. 2.3 Buyer – Bidder Communications Bidders seeking to contact Buyer regarding this RFP must do so by submitting questions to Buyer at the RFP E-mail Address. Questions submitted to the RFP E-mail Address shall be the sole means for Bidders to communicate with Buyer. Questions from Bidders will be accepted through the RFP E-mail Address until 11:59 p.m. (EST) on ____________, 200__. Buyer will attempt to post answers to any such questions by ___________, 200__. Buyer’s responses to any questions will be provided to all Bidders by e-mailing responses to the point of contact listed in the Notice of Intent to Bid, unless a Bidder demonstrates that a question pertains to a confidential and unique aspect of a Proposal, in which case, Buyer will attempt to respond only to the Bidder that posted the question. 2.4 Proposal Submittal On or before ____________, 200__, each Bidder intending to submit a Proposal is required to deliver such Proposal to Buyer in the form of Attachment C. An electronic version of a Bidder’s Proposal, in PDF format, must be submitted to the RFP E-mail Address on or before 11:59 p.m. (EST) on ____________, 200__. In 2 addition, ten (10) bound paper copies of the Proposal must also be sent via overnight courier to: Buyer: Name: Address: Tel: Fax: Bound paper copies of the Proposal must be received by Buyer at the address listed above by 10:30 a.m. (EST) on ____________, 200__. Buyer will provide Bidders a confirmation of receipt of the submitted Proposals. Such confirmation will indicate only that Buyer has received a Proposal and not that the Proposal is complete. Buyer has no obligation to accept any information submitted to it after ____________, 200__. 2.5 Proposal Clarifications During the Proposal Evaluation process, Buyer may contact Bidders to request additional information or clarifications of their Proposals. 3. ELIGIBILITY REQUIREMENTS To be eligible for participation in this RFP, Proposals must meet the following criteria. 3.1 Qualified Load Management Resources Participating Load Management Resources must qualify for participation in the Full Program Option of the Emergency Load Response Program and must be customers of Buyer in the State of Maryland. 3.2 Delivery of Load Management Resources Subject to the Load Management Resources and/or the Supplier (a) meeting the applicable PJM requirements, and (b) providing the information required by PJM and Buyer to do so, Buyer will submit to PJM the Load Management Resources as follows. Buyer will submit the Load Management Resources to PJM for participation in the Full Emergency Load Response Program. For Load Management Resources to be provided in PJM’s Planning Year 2011/12, Buyer will (1) submit the Load Management Resources into PJM’s RPM Incremental Auctions held in connection with that Planning Year at an offer price of zero, or (2) obtain certification from PJM for the Load Management Resource as Interruptible Load for Reliability. 3 3.3 For Load Management Resources to be provided after PJM’s Planning Year 2011/12, Buyer will submit the Load Management Resources into PJM’s Base Residual Auction held in connection with the corresponding PJM Planning Year at an offer price of zero. Commencement of Service Service under a Participation Agreement executed pursuant to this RFP must commence no earlier than June 1, 2011, and no later than June 1, 2015. 3.4 Requirements Load Management Resources and Suppliers aggregating Load Management Resources must agree to: the Load Management Resources being offered to PJM as Capacity Resources by Buyer at minimum dispatch price and/or strike price of $0/MW. provide a point of contact for and respond to PJM’s notification of load curtailments under the Full Emergency Load Response Program. provide documentation of load reduction resulting from PJM initiated load curtailments under the Full Emergency Load Response Program in a timely manner and sufficient to satisfy PJM’s verification requirements. 3.5 Restrictions Load Management Resources provided in response to this RFP must not: 4. participate in PJM’s Economic Load Response Program. have offered into and cleared PJM’s 2011/12 RPM Base Residual Auction. be identified as part of the Buyer’s EmPower Plan currently before the Commission, including load reduction resources from direct load control of Buyer’s residential and small commercial customers. PROPOSAL REQUIREMENTS 4.1 Quantity Each Bidder may propose a MW amount available to participate in the Full Emergency Load Response Program for each PJM Planning Year from the 2011/12 Planning Year (June 1, 2011–May 31, 2012) through and including the 2015/16 Planning Year (June 1, 2015–May 31, 2016) (each a “Contract 4 Amount”). In addition, each Bidder has the option of offering a Contract Amount for PJM Planning Years 2016/17 (June 1, 2016-May 31, 2017) and 2017/18 (June 1, 2017-May 31, 2018), which Buyer can accept or reject in its sole discretion pursuant to the terms of the form Participation Agreement. The minimum Contract Amount to be proposed in all periods is 100 kW. 4.2 Contract Pricing and Non-Performance Penalties Bidders are required to provide a single, fixed price in $/kW/month for the initial term (June 1, 2011-May 31, 2016). In addition, the bidder may provide a single, fixed price for the extension period (June 1, 2016 through May 31, 2018). The Supplier or Load Management Resource will be responsible for all PJM penalties and assessments associated with non-performance under the Full Emergency Load Response Program or as a Capacity Resource. Questions here: Who receives the PJM RPM payments for the resource? Is the fixed price a payment above any PJM payments? How does performance affect the fixed price payments? 4.3 Term Depending on the initial year the Supplier provides Load Management Resources, Proposals shall be for an initial term ranging from one (1) to five (5) years, with the optional two (2)-year extension term described in Section 4.1 (collectively, the “Term”). 4.4 Effectiveness of Proposal Each Proposal must remain open for acceptance by Buyer from the date of submittal through ____________, 200_. 4.5 Participation Agreement Other terms of a transaction resulting from the RFP are set forth in the form Participation Agreement in Attachment A. 5. SUBMISSION OF PROPOSALS 5.1 Proposal Fee Each Bidder shall submit a nonrefundable $1,000 fee (“Proposal Fee”) for each Proposal submitted under this RFP. Payment of the Proposal Fee is due upon 5 submission of the Proposal. Payment information, including wiring instructions, will be provided to all parties who have provided a Notice of Intent to Bid. 5.2 Ownership of Material All documents submitted to Buyer in connection with this RFP shall, upon submission thereof, become the property of Buyer. Buyer is under no obligation to return such materials to the Bidder. 6. PROPOSAL EVALUATION PROCESS Buyer and its consultants will evaluate each Proposal based on the criteria outlined in this RFP. Buyer may reject any Proposal if it does not comport with the requirements set forth in this RFP. 6.1 Evaluation Factors Buyer will evaluate each Proposal by simulating the impact of the Proposal on the costs paid by its customers. Buyer’s evaluation of Proposals consists of both a price factor evaluation (“Price Factor Evaluation”) weighted at eighty percent (80%) of Buyer’s consideration and a non-price factor evaluation (“Non-Price Factor Evaluation”) weighted at twenty percent (20%) of Buyer’s consideration. Price Factor Evaluation (80 Percent) Contract Price. Buyer will compare the discounted weighted annual contract payments to be made by Buyer under each Proposal. This evaluation will include the expected need for Load Management Resources over the initial and extension period. Proposals offering Load Management Resources and Contract Amounts in the earlier years of the Term will be weighed more favorably than those Proposals providing more of the Proposal’s Load Management Resources and Contract Amounts in the later years of the Term. Non-Price Factor Evaluation (20 Percent) Buyer will evaluate non-price factors associated with each Proposal to assess the development and operational benefits and risks of each Proposal. The non-price factors are: (i) (ii) Load Management Resource’s environmental impact (10%); and Bidder financial qualifications and credit support (10%). In connection with the Buyer’s assessment of non-price factors, Bidders must provide the maximum percentage of the Load Management Resources that will utilize back-up generation in any delivery year in order to participate in the Full Emergency Load Response Program. Suppliers utilizing back-up generation will receive a lower score than Suppliers that will not utilize back-up generation. 6 Suppliers utilizing 100% load reduction will receive the highest score for environmental impact. 6.2 Sample of Proposal Evaluation Methodology Examples of Buyer’s anticipated methodology for evaluating Proposals are included as Attachment D. 6.3 Non-Interference By Bidders Bidders shall not seek to influence Buyer’s evaluation of Proposals in any way. Attempts to do so will be grounds for disqualification from eligibility. 7. CREDIT SUPPORT; SECURITY FOR PERFORMANCE Within thirty (30) days of the Commission’s approval of a Participation Agreement, and continuing through the term of the Participation Agreement, the Supplier or individual Load Management Resource shall provide Buyer with one or more letters of credit from a Qualified Institution2 as security for the payment and performance of the Supplier’s obligations under the Participation Agreement. The letter(s) of credit shall be in a total amount equal to the product of the Buyer’s then-current PJM Resource Clearing Price and the initial Contract Amount, multiplied by two. At the beginning of each successive PJM Planning Year, Supplier must update or provide a new letter of credit to reflect the change in the then-current Resource Clearing Price and Contract Amount for the new Planning Year. In addition, the Supplier or individual Load Management Resource will be required to post any collateral required by PJM in connection with the transactions contemplated hereby, including participation in PJM’s RPM and the Full Emergency Load Response Program. 8. COMMISSION APPROVAL All executed Participation Agreements will be submitted to the Commission for approval. Buyer anticipates submitting executed Participation Agreements for Commission approval by ____________, 200__. Commission approval is needed before December 31, 2009, to allow participation in PJM’s 2011-2012 Base Residual Auction. If the Commission fails to approve an executed Participation Agreement within six (6) months of filing, the Buyer and the Bidder will each have the right to terminate the Participation Agreement without liability. “Qualified Institution” is defined in the Participation Agreement as a U.S. commercial bank (or a foreign bank with a U.S. branch) having total assets of at least $10 billion and a credit rating equal to or better than “A” by Standard & Poor’s Rating Group and an equivalent credit rating by Moody’s Investor Services, Inc. 2 7 9. CONFIDENTIALITY Buyer will take reasonable precautions and use reasonable efforts to protect any proprietary or confidential information contained in a Proposal, provided that the Bidder has clearly identified such information as confidential on the page on which it appears. Bidders acknowledge that the Buyer may be required to make such proprietary and/or confidential information available to the Commission or other governmental agencies. Subject to the measures to protect against self-dealing set forth in Section 10 of this RFP, Buyer reserves the right to release confidential information to Buyer’s parent company, subsidiaries and affiliates, and its and their officers, directors, employees, agents and representatives, for the purpose of evaluating Proposals and administering Participation Agreements. Buyer will use reasonable efforts to cause such persons or entities to observe the same care with respect to disclosure as Buyer is obligated to use. Under no circumstances will Buyer, its parent company, affiliates, subsidiaries, or any officers, directors, employees, agents or representatives of any of them, be liable to any Bidder for any damages resulting from any disclosure of information provided in response to this RFP before, during or after the RFP process. 10. MEASURES TO PROTECT AGAINST SELF-DEALING Buyer will not submit a Proposal pursuant to this RFP. An affiliate of Buyer may submit one or more Proposals, each of which will be evaluated under the same evaluation process as all other Proposals. In order to: (i) assure that that no affiliate of Buyer that submits a Proposal in response to this RFP receives favorable treatment compared to other Bidders; and (ii) maintain a functional separation between Buyer’s Proposal evaluation team and any affiliate planning to submit a Proposal or any employee of Buyer that may be working on a Proposal, Buyer and any affiliate intending to submit a Proposal shall implement the following procedures: 1) Any Proposal submitted by a Buyer affiliate will be submitted on or before one day in advance of the due date for non-affiliate Proposals. 2) No employee working on an affiliate Proposal or individual Proposal will be allowed to review Proposal information, to participate in the Proposal evaluation process as a member of the Proposal evaluation team, or to communicate with any member of the Proposal evaluation team and vice versa with respect to the Proposals. All Buyer employees and other members of the Proposal evaluation team will be required to adhere to the confidentiality procedures for Bidder information pursuant to Section 9 of this RFP. 8 3) 11. All requirements of the RFP, including credit support requirements, shall apply to any affiliate of Buyer that submits a Proposal in response to this RFP. NON-DISCRIMINATION POLICY Throughout the RFP evaluation, Buyer will not discriminate between, or grant preferences to, any Bidder based on race, gender, ethnic origin, creed or religion, in accordance with legal requirements. Buyer’s consideration, evaluation and selection of Proposals shall be entirely based on the merits of each Proposal and not upon unrelated factors. 12. GENERAL DISCLAIMER AND RESERVATION Each Bidder is responsible for its costs incurred in responding to this RFP. Buyer has prepared the information provided in this RFP to assist potential Bidders in deciding whether to respond. Neither the RFP nor any other related correspondence from Buyer, its parent company or affiliates, nor its or their employees, officers, directors, agents, or consultants shall be considered legal, financial or other advice and do not establish a contract or any contractual obligations. Buyer does not make any representations or warranties regarding the information in the RFP and does not purport that the RFP contains all information needed for Bidders to determine whether to submit a Proposal. Neither Buyer nor its parent company or affiliates, nor its or their employees, officers, directors, agents or consultants will make, or will be deemed to have made, any current or future representation, promise or warranty, express or implied, as to the accuracy, reliability or completeness of the information contained within the RFP or any other information provided to Bidders. Bidders participating in this RFP shall not have legal recourse or claims against Buyer, its parent company or any of its affiliates, or its or their employees, officers, directors, agents or contractors, due to Buyer’s rejection, in whole or in part, of their Proposal(s), for failure to reach agreement on a Participation Agreement, or for any reason whatsoever related to such parties’ acts or omissions arising out of or in connection with the RFP process or in connection with the rejection of a Proposal by Buyer or failure by Buyer to execute a Participation Agreement. Buyer reserves the right to reject, for any reason or no reason, any and/or all Proposals and shall determine in its sole discretion whether to enter into a Participation Agreement or recommend approval of a Participation Agreement to the Commission or other applicable governmental agencies. Buyer reserves the right to enter into a Participation Agreement with one or more Bidders other than the Bidder offering the lowest pricing. 9 Buyer reserves the right to modify, cancel or withdraw this RFP and to revise the schedule specified in the RFP if, in Buyer’s sole discretion, such changes are necessary or beneficial to Buyer. To the extent reasonably possible, Buyer will inform Bidders that have filed a Notice of Intent to Bid of any such change. Buyer further reserves the right to waive, in its sole discretion, any irregularity or defect in Proposals received and to consider alternatives outside of this solicitation. Nothing in this RFP limits Buyer’s right, and Buyer expressly reserves its right, to enter into one or more bilateral contracts for Capacity Resources to participate in PJM's Emergency Load Response Program outside of this RFP process. ---- 10 ATTACHMENT A FORM OF PARTICIPATION AGREEMENT ATTACHMENT B FORM OF NOTICE OF INTENT TO BID Notice of Intent to Bid Our organization intends to submit a Proposal in response to the Buyer’s Request for Proposals for Resources Qualified to Participate in PJM’s Full Emergency Load Response Program. NAME OF BIDDER: Anticipated Contract Amount (MW): Address: _________________________________________________ Initial Term: Planning Year 2011/12 - ____________________________ Planning Year 2012/13 - ____________________________ Planning Year 2013/14 - ____________________________ Planning Year 2014/15 - ____________________________ Planning Year 2015/16 - ____________________________ Extension Term: Planning Year 2016/17 - ____________________________ Planning Year 2017/18 - ____________________________ _________________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ Contact Name: Title: Phone: E-mail: _________________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ Alternate Contact Name: Title: Phone: E-mail: _________________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ Please return Notices of Intent to Bid via fax or e-mail no later than 11:59 p.m. (EST) on ____________, 200__ to: Recipient: Tel: Fax: E-Mail: ATTACHMENT C FORM OF PROPOSAL Proposal Form BIDDER INFORMATION Name: Address: Telephone: Fax: Form of organization of Bidder (i.e., corporation, limited liability company, partnership, etc.): Jurisdiction of formation of Bidder: Ultimate parent company and affiliates of Bidder: PROPOSAL TERMS Initial Term Contract Amount (MW): PJM Planning Year 2011/12: PJM Planning Year 2012/13: PJM Planning Year 2013/14: PJM Planning Year 2014/15: PJM Planning Year 2015/16: Contract Price ($/kW/Month): Extension Term (Optional) Contract Amount (MW): PJM Planning Year 2016/17: PJM Planning Year 2017/18: Contract Price ($/kW/Month): EXPECTED RESOURCE MIX Percent of Contract Amount from Load Management Resources expected from: Direct Load Control (DLC) Resources: Firm Service Level (FSL) Resources: Guaranteed Load Drop (GLD) Resources: Maximum Percentage of the Contract Amount during any Planning Year provided from Load Management Resources classified as Guaranteed Load Drop from back-up generation: If applicable, all air permits and other permits necessary and the status of those permits: FINANCIAL INFORMATION Financial/Credit Contact Person: Title: Telephone: Fax: E-mail: Federal Tax ID Number: Dun & Bradstreet ID Number (if applicable): Bidder Credit Ratings (if applicable)3 - Issuer (S&P, Moody’s Fitch): - Senior unsecured debt (S&P, Moody’s, Fitch): - Short-term debt (S&P, Moody’s, Fitch): Provide audited financial statements for the last three years for Bidder4 3 Provide copies of ratings reports for the prior 36 months. If audited financial statements are not available, provide unaudited financial statements with attestations by the chief financial officer of the Bidder. If financial statements are consolidated, provide stand-alone financial statements with attestations by the chief financial officer of the Bidder. 4 CERTIFICATION The undersigned hereby certifies that all of the statements and representations made in this Proposal are true and correct and agrees to be bound by the representations, terms and conditions contained in the RFP. The Proposal reflected hereby is firm and will remain in effect and may be accepted by Buyer through and including ____. Name of Bidder: _________________________________ Executed by: _________________________________ Officer of Bidder Title of Officer: _________________________________ Print name of Officer: _________________________________ Date: _________________________________ Proposal Forms should be submitted, in PDF format, via e-mail, to the RFP E-mail Address no later than 11:59 p.m. (EST) on ____________, 200_. In addition, ten (10) bound paper copies must also be sent via overnight courier to: Buyer Name: Address: Tel: Bound paper copies must be received by 10:30 a.m. (EST) on ____________, 200__. ATTACHMENT D SAMPLE PROPOSAL EVALUATION METHODOLOGY Sample Proposal Evaluation Methodology Row/Column (a) (b) (c) (d) (e) (f) (g) Contract Terms Initial Term Extension Term (h) (i) NPV Initial Term (2010$) NPV Extension Term (2010$) (j) Weighted NPV of Price ($/kW/month) (k) Probability of Resource Need Planning Year (1) Contract Price $/kw/Month 2011/2012 2012/2013 2013/2014 2014/2015 2015/2016 2016/2017 2017/2018 5.0 5.0 5.0 5.0 5.0 5.0 5.0 Initial Term (m) Extension Term (n) (o) NPV Initial Term (2010$) NPV Extension Term (2010$) (p) Ratio of Price to Value (q) Need Adjusted Price (s) Premium Over Lowest Bidder (t) Pricing Points (u) Maximum Percent of Load Management Resources from Back-Up Generators (v) Environmental Impact Points (w) Bidder Financial Rating (x) (y) (3) Annual Payment ($) (1) Contract Amount $/kw/Month 10 10 10 10 10 10 10 600,000 600,000 600,000 600,000 600,000 600,000 600,000 5.0 5.0 5.0 5.0 5.0 0.0 0.0 42 14 2,527,418 822,011 5.0 2011/2012 2012/2013 2013/2014 2014/2015 2015/2016 2016/2017 2017/2018 2011/2012 2012/2013 2013/2014 2014/2015 2015/2016 2016/2017 2017/2018 Proposal B (2) Contract Amount (MW) (3) Annual Payment ($) (1) Contract Price $/kw/Month 10 10 10 10 10 0 0 600,000 600,000 600,000 600,000 600,000 0 0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 42 0 2,527,418 0 5.0 90% 80% 70% 60% 50% 40% 30% NPV of Expected Need (l) Proposal A (2) Contract Amount (MW) Proposal C (2) Contract Amount (MW) (3) Annual Payment ($) 6 8 10 12 14 0 0 360,000 480,000 600,000 720,000 840,000 0 0 41 0 2,468,597 0 5.0 90% 80% 70% 60% 50% 40% 30% 90% 80% 70% 60% 50% 40% 30% Contract Price $/kw/Month Need Weighted Contract Amount (MW) Annual Payment ($) Contract Price $/kw/Month Need Weighted Contract Amount (MW) Annual Payment ($) Contract Price $/kw/Month Need Weighted Contract Amount (MW) Annual Payment ($) 5.0 5.0 5.0 5.0 5.0 5.0 5.0 9 8 7 6 5 4 3 540,000 480,000 420,000 360,000 300,000 240,000 180,000 5.0 5.0 5.0 5.0 5.0 0.0 0.0 9 8 7 6 5 0 0 540,000 480,000 420,000 360,000 300,000 0 0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.4 6.4 7 7.2 7 0 0 324,000 384,000 420,000 432,000 420,000 0 0 30 5 1,798,604 288,901 30 0 1,798,604 0 28 0 1,656,092 0 74% 6.7 71% 7.0 67% 7.5 1.00 1.04 1.10 80 77 72 100% 0% 50% 0 10 5 AAA Investment Grade Unrated Financial Qualification Points 10 5 0 Total Proposal Score 90 92 77 Notes: 1) Discount rate of 6% assumed. 2) Row (j) = NPV (Contract Payments (both initial and extension terms)) / NPV(Contact Amounts (both initial and extensions terms) 3) Row (k) Place holder for expected probability of capacity shortfall for each planning year. 4) Row (p) = (row (n) + row (o)) / (row (h) + row (o)) 5) Row (q) = row (j) / row (p) 6) Row (s) = row (q) / minimum of row (q) 7) Row (t) = 80 / row (s) 8) Row (v) = 10 * (1 - row (u)) 9) Financial Qualifications Points = 10 for AAA rated, 5 points for investment grade, and 0 points for unrated Bidders.
© Copyright 2026 Paperzz