MURIEL BOWSER
MAYOR
December 12, 2024
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Enclosed for consideration and enactment by the Council of the District of Columbia is an
emergency bill, the “Multiyear Contract No. DCAM-22-CS-RFP-0011 with Ameresco, Inc.,
Approval and Payment Authorization Emergency Act of 2024,” and the accompanying
emergency declaration resolution.
The legislation will approve Contract No. DCAM-22-CS-RFP-0011 with Ameresco, Inc., in
the not-to-exceed amount of $4,656,198, for a new resilient microgrid providing energy to St.
Elizabeths East campus. In addition, the legislation will approve payment for the goods and
services received and to be received under the contract.
My administration is available to answer any question you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Director, Department of General Services (“DGS”), or have your staff contact George G.
Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800.
I urge the Council to take prompt and favorable action on the enclosed legislation.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Letter Contract or Emergency Contract)
(A) Contract Number: DCAM-22-CS-RFP-0011
Proposed Contractor: Ameresco, Inc.
Proposed Contractor’s Principals: George Sakellaris, Chief Executive Officer
Peter N. Christakis, President - East USA
Nicole Bulgarino, President - Federal Sol/Utility
Infrastructure
Michael Bakas, President - Renewable Fuels
Lou Maltezos, President, Central and West USA
Mark Chiplock, Executive Vice President, Chief Financial
Officer
Contract Amount: $4,656,198
Unit and Method of Compensation: To Be Determined
Term of Contract: September 19, 2023 (Date Letter Contract was executed) to
September 18, 2037
Type of Contract: Project Development and Power Purchase Agreement
(“PPA”)
Source Selection Method: Competitive Sealed Proposal
1
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Not Applicable.
(C) The date on which the letter contract or emergency contract was executed:
The Notice to Proceed & Letter Contract (“Letter Contract”) was executed on September 19, 2023.
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract has been extended six (6) times as described below:
Modification No. 1 extended the duration to March 17, 2024;
Modification No. 2 extended the duration to May 16, 2024;
Modification No. 3 extended the duration to July 15, 2024;
Modification No. 4 extended the duration to September 13, 2024;
Modification No. 5 extended the duration to November 12, 2024; and
Modification No. 6 extended the duration to January 11, 2025.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the goods and services provided to date under the Letter Contract is $950,000,
which represents the not-to-exceed amount established by the Letter Contract.
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District.:
The Contractor is not currently seeking other contracts from the District and does not currently hold
any contracts with the District.
(G) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The Contractor shall develop, design, construct, own, operate, maintain, and potentially transfer a
new resilient microgrid providing energy services for District government operations on the St.
Elizabeths East campus.
(H) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
On June 23, 2022, the Department of General Services (“Department”) posted on its website and
issued the Request for Proposal (“RFP”) to solicit proposals from offerors interested in serving as
the Microgrid Partner (“Partner” or “Contractor”) for the development, design, construction,
2
ownership, operations, maintenance, and transfer of a new resilient microgrid providing energy
services for District government operations on the St. Elizabeths East campus (the “Project” or
“Microgrid” or “Microgrid Project”).
A pre-proposal conference was held on July 8, 2022. There were ten (10) amendments issued to
this RFP:
The Department received four (4) proposals. The proposals were scored on a scale of zero (0) to
one hundred twelve (112) points. The 112 points includes a maximum of 80 points for the
technical criteria including Past Performance and Relevant Experience (30 Points), Key Personnel
and Team Capabilities (20 Points), and Project Management (30 Points), 20 points for price and
up to 12 preference points based on the Offeror’s status as a Certified Business Enterprise
(“CBE”).
First, each of the TEP members individually completed an independent evaluation of the
proposals. In doing so, each TEP member rated each Offeror with respect to evaluation factors and
subfactors within the 3 evaluation factors in accordance with the following criteria:
Numeric Adjective Description
Rating
0 Unacceptable Fails to meet minimum requirements, e.g., no
demonstrated capacity, major deficiencies which are
not correctable; offeror did not address the factor.
1 Poor Marginally meets minimum requirements; major
deficiencies which may be correctable.
2 Minimally Marginally meets minimum requirements; minor
Acceptable deficiencies which may be correctable.
3 Acceptable Meets requirements; no deficiencies.
4 Good Meets requirements and exceeds some requirements; no
deficiencies.
5 Excellent Excess most, if not all requirements; no deficiencies.
At the conclusion of the individual assessments, the Technical Evaluation Panel (“TEP”) met to
develop a consensus technical rating for each Offeror. In developing the consensus rating, the
Panel discussed the details of each of the proposals considering the evaluation factors and
subfactors. Then, as a group, the Panel arrived at a consensus rating as described in the chart
above, for each Offeror with respect to each evaluation factor and subfactor. The ratings were then
converted into points relative to the total points available for each evaluation factor.
Award was made to Ameresco, Inc., the highest rated offeror and determined to be the most
advantageous for the District.
(I) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
3
The award of the Contract was not protested.
(J) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
Ameresco, Inc., a publicly traded corporation, was incorporated in April 2000 and is a long-term
cleantech integrator and renewable energy asset developer, owner and operator. Ameresco, Inc.
develops microgrid and energy security systems that are flexible, scalable, and utilize a
combination of renewable power generation and energy conservation and load reduction measures
tailored to each customer’s individual needs. Ameresco, Inc. is an accredited energy service
provider with a resume of completing similar type of projects for federal, state, and local
governments across the United States. The Contractor’s technical proposal highlights projects for
the US Marine Corps in Paris Island, SC, a $91 million resiliency focused design-build project, a
natural gas generator designed, built and operated project completed for the Philadelphia Navy
Yard valued at $14.5 million, and twelve microgrid projects highlighted on the Contractor’s web
site. Additionally, past performance evaluations submitted on behalf of Ameresco indicate
excellent performance ratings. The Contractor has been determined responsible in accordance with
27 DCMR Section 4706.
(K) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
The Contractor shall complete a subcontracting plan prior to execution of the Post Development
Amendment and before construction begins.
(L) Performance standards and the expected outcome of the proposed contract:
The St Elizabeths microgrid will bring numerous benefits to Ward 8, the new Cedar Hill Regional
Medical Center GW Health, 801 East Men’s Shelter, and the Unified Communications Center. All
energy offtakers will be able to maintain operations during grid outages, preserving 911 service and
critical human and medical services. The project will lower energy costs for the District of
Columbia government and the hospital, and the solar and onsite combined-heat and power offer
significant emission reductions compared to other grid power sources and diesel generators.
(M) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
The total value of the goods and services provided to date under the Letter Contract is $950,000,
however no funds have been expended.
4
(N) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer has certified that the proposed Contract’s amount is
consistent the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with §§47-392.01 and 47-392.02. The applicable Fiscal Sufficiency
certification accompanies this Council Package.
(O) (1) A certification that the proposed contractor has been determined not to violate section
334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
(P) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed Contract has been deemed legally sufficient by the Office of the Attorney General,
and the Contractor does not appear to have any currently pending legal claims against the District.
(Q) A certification that the Citywide Clean Hands database indicates that the proposed contractor
is current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
or (2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b):
The Citywide Clean Hands database indicates that the Contractor is in compliance with the
Government of the District of Columbia tax laws and regulations. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(R) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The Contractor has certified that it is current with its federal taxes.
(S) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended, D.C. Official Code § 2-218.01 et seq.:
5
The Contractor is not a certified business enterprise.
(T) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(U) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts & Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(V) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
There are no determination and findings
(W) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information will be published on the DGS website.
(X) Where the original solicitation, and any amendments or modifications, will be made available
online:
The original solicitation and any amendments can be found on the Department’s web site at
https://dgs.dc.gov/event/dcam-22-cs-rfp-0011-redevelopment-st-elizabeths-east-campus-
%E2%80%93-microgrid-project
6
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: December 9, 2024 Notice Number: L0012916248
AMERESCO INC FEIN: **-***2838
111 SPEEN ST STE 410 Case ID: 18372015
FRAMINGHAM MA 01701-2090
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Office of the Chief Financial Officer
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: Redevelopment of St. Elizabeths East Campus – Microgrid Project
Date: December 10, 2024
Subject: Fiscal Certification
___________________________________________________________________________
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
"Department"), I hereby state that Contract No. DCAM-22-CS-RFP-0011 with Ameresco, Inc.
in the amount of Four Million Six Hundred Fifty-Six Thousand One Hundred and Ninety-Eight
Dollars ($4,656,198) is contingent upon the interagency funds transfer, via interagency
project, from HSEMA. DGS will be the implementing agency and HSEMA will be the owner
agency.
There is currently a fully executed MOU, as of 12/10/24, between DGS and HSEMA for the
Saint Elizabeth’s Hospital Campus & DC Emergency Communications Microgrid Project (Phase
1 Design Only) project in accordance with subaward agreement EMP-2020-BR-069-0002A.
OCFO’s approval is contingent upon the funding of the interagency project, referenced above, in
the amount of $4,656,198.00, for Design Only.