Town of Taos Sealed Solicitation

Title: Design-Build Solar Developer for PV Project at the Taos Valley Regional Wastewater Treatment and Reclamation Facility

Deadline: 5/21/2020 12:00 PM   (UTC-07:00) Mountain Time (US & Canada)

Status: In Review

Solicitation Number: RFQ # 19-20-05

Description:

The Town of Taos is requesting competitive sealed qualifications for the selection of a design-build (a.k.a. EPC[1]) firm to develop two solar photovoltaic (PV) systems at the Town’s wastewater treatment plant (WWTP): 1) a 1 megawatt  (MW) AC PV system that will sell energy to the electric utility, Kit Carson Electric Cooperative (KCEC), under a Power Purchase Agreement (PPA); and 2) a smaller net metered PV project with battery storage, which will further offset the WWTP electric utility costs and help mitigate power quality issues at the WWTP. The Town of Taos’ WWTP is located at 182 Los Cordovas Dr, Ranchos De Taos, NM 87557. This Request for Qualifications is part of the first phase of a two-phase procurement process, per the State’s procurement code requirements (13-1-119.1. Public works project delivery system; design and build projects authorized):

[1] EPC (Engineering, Procurement, and Construction)

1.     In Phase I, the Request for Qualifications identifies the minimum qualifications, the scope of work, and schedule, the documents defining the project requirements, the composition of the selection committee, and a description of the Phase II requirements and subsequent management needed to bring the project to completion. Design-build qualifications of responding firms shall be evaluated, and a maximum of five firms shall be short-listed in accordance with technical and qualifications-based criteria; and

2.     In Phase II, short-listed firms will be invited to submit detailed specific technical concepts or solutions, costs, and scheduling. The short-listed firms will be required to present their Phase II proposals to the selection committee, followed by the interview by the selection committee. During the interview, the firms will respond to questions posed by the evaluation committee; the firms’ responses will allow the selection committee to make final evaluations based on the Phase II evaluation criteria. After evaluation of these submissions, selection shall be made and the contract awarded to the highest-ranked firm.

A copy of this Request for Qualifications can be obtained from the Town of Taos website at https://www.taosgov.com/200/Purchasing until the expiration date of this solicitation. It is incumbent upon the Proposer to check the website for additional information and/or addenda. RFQs can also be obtained from Sharon Voigt, Chief Procurement Officer, Town of Taos Purchasing Division, 400 Camino de la Placita - Room 202, Taos, NM  87571, by telephone at (575) 751-2025 or email (svoigt@taosgov.com). Currently, the Town of Taos offices are open 10:00 AM to 2:00 PM, Monday through Thursday, closed Friday and legal holidays.

A Pre-Proposal Conference will be held on Thursday, May 7, 2020, 10:00 AM Local Time. Interested Respondents should contact the Purchasing Office @ (575) 751-2025 to register for the video conference at least 24 hours before the event.

Due to the recent development of the COVID-19 virus in New Mexico and Guidance from the Governor Grisham, Proposals must be submitted electronically via Vendor Registry, no later than 12:00 PM Local Time, Thursday, May 21, 2020. Proposers must register to the online portal using the following link: https://vrapp.vendorregistry.com/Vendor/Register/Signup

By submitting a proposal for the requested services each Proposer is certifying that it is a qualified contractor and its proposal complies with the requirements stated within the Request for Qualifications. All proposals submitted shall be valid for 120 days from the due date of the Response subject to action by the Town.

Project Funding

This project is wholly or partially funded with United States Environmental Protection Agency funds, and therefore must comply with all federal cross cutter requirements.  Neither the United States nor its department’s agencies or employees is or will be party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in Uniform Administrative Requirements, Cost Principles and Audit Requirements, 2 CFR Parts 200 and 1500 and the Davis Bacon Act requirements.

All qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended.

To ensure that Disadvantaged Business Enterprises (DBEs) have the opportunity to compete for procurements funded by EPA financial assistance, all Bidders shall make the six good faith efforts as outlined by EPA at  https://www.epa.gov/sites/production/files/2013-09/documents/good_faith_efforts.pdf. The Bidder must make a good faith effort to solicit and hire Disadvantaged Business to meet the goals outlined in EPA XP-215. A good faith effort requires that the Contractor: 1) Complete the affirmative steps outlined in XP-215, 2) Submit XP-215 with the bid proposal, 3) Submit with the bid proposal proof that affirmative steps have been taken and this should include copies of advertisements and letters of solicitation. A Proposal that omits XP-215 or does not support that a good faith effort was made will be considered non-responsive and the Bid Proposal rejected.





Pre-Bid Meeting Date: 5/7/2020 10:00 AM

Pre-Bid Meeting Details: Interested Respondents should contact the Town's Chief Procurement Officer to register for the video conference at least 24 hours before the event. All Respondents are strongly encouraged to attend any scheduled meetings.


Documents:

Documents as of 4/23/2020
RFQ 19-20-05 Design-Build Solar Developer for PV Project at the Wastewater Treatment Plant.pdf
Addition 1

Posted: 5/18/2020

Type of Addition: Pre-Proposal Meeting Registration List

Documents:

Addition 3

Posted: 5/21/2020

Type of Addition: In Review

Addition 4

Posted: 6/29/2020

Type of Addition: Shortlist Notification

Overview: Evaluation Results of Proposals for RFQ #19-20-05; Design-Build Solar Developer for PV Project at the Wastewater Treatment Plant. See attached.

Documents:

Posted: 5/18/2020

Type of Addition: Pre-Proposal Meeting Registration List

Documents:

Posted: 5/21/2020

Type of Addition: In Review

Posted: 6/29/2020

Type of Addition: Shortlist Notification

Overview: Evaluation Results of Proposals for RFQ #19-20-05; Design-Build Solar Developer for PV Project at the Wastewater Treatment Plant. See attached.

Documents: