Requests For Proposals, Invitations To Bid, Information for Vendors

ADVERTISEMENT FOR BIDS

Lower Rio Grande Public Water Works Authority

Dona Ana County, New Mexico

East Mesa Water System Improvements Project – Phase 1

General Notice

Lower Rio Grande Public Water Works Authority (Owner) is requesting Bids for the construction of the following Project:

East Mesa Water System Improvements Project – Phase 1

Engineer’s Project DB22.1376.00

Bids for the construction of the Project will be received at the Lower Rio Grande Public Water Works Authority (LRGPWWA) La Mesa office located at 521 St. Valentine, La Mesa, NM  88044, until Wednesday, February 7, 2024 at 2:00 p.m. local time.  At that time, the bids received will be publicly opened and read aloud.

The Project includes the following work:

Demolition of three welded steel water storage tanks, rehabilitation of seven welded steel storage tanks, and construction of a new 200,000-gallon welded steel tank.  Installation of approximately 2,800 feet of 6-inch waterline, along with reconnections of existing water service lines.  Upgrades to existing Butterfield booster station, to include the installation of four variable frequency drives and replacement of existing pumps.  All of the piping, including flow meters and the altitude control valve, will be replaced in a vault at the Butterfield site.  SCADA master controls will be relocated from the NW well site to the Butterfield Park office.

Bids are requested for the following Contract: East Mesa Water System Improvements Project – Phase 1

The Project has an expected duration of 270 days.

Obtaining the Bidding Documents

Information and Bidding Documents for the Project can be obtained at the La Mesa office or can be accessed at the following URL:

https://www.ariplans.com

All official notifications, addenda, and other Bidding Documents will be offered at the La Mesa office and through the plan room. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated issuing office.

Pre-Bid Conference

A non-mandatory pre-bid conference for the Project will be held on Thursday, January 18, 2024 at 1:30 p.m. at the LRGPWWA Butterfield Office, 9774 Butterfield Blvd, Las Cruces, NM  88011.

Instructions to Bidders.

For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.

 

 

This Advertisement is issued by:

Owner:  Lower Rio Grande Public Water Works Authority

By:         Karen Nichols

Title:      Project Manager

Date:     January 4, 2024 and January 7, 2024

Advertised in the Las Cruces Sun and Albuquerque Journal

ADVERTISEMENT FOR BIDS
Lower Rio Grande Public Water Works Authority
Dona Ana County, New Mexico
East Mesa Water System Improvements Project- Phase 1

General Notice:
Lower Rio Grande Public Water Works Authority (Owner) is requesting Bids for the construction of the
following Project:
East Mesa Water System Improvements Project – Phase 1
E1 Replacement Well
Engineer’s Project #DB19.1366.00

Bids for the construction of the Project will be received at the Lower Rio Grande Public Water Works
Authority (LRGPWWA) La Mesa office located at 521 St. Valentine, La Mesa, NM 88044, (note that this
is NOT a mailing address for USPS) until 25 January, 2023 at 2 p.m. local time. At that time the Bids
received will be publicly opened and read aloud. The La Mesa address should be used for in person or
delivery service (UPS or Fedex). Submissions via USPS will not be accepted.
Bids are requested for the following Contract:
East Mesa Water System Improvements Project- Phase 1: E1 Replacement Well
The Project has an expected duration of 180 days.

The Project includes the following Work:
Drilling and construction of a pilot borehole followed by a deep water supply well (10” casing) to
approximate depth of 1,140 feet. Drilling shall be completed using reverse mud-rotary methods from
beneath the surface casing to the total well depth. Methods shall be consistent with standard practices
for construction of water supply wells.

Obtaining the Bidding Documents:
Information and Bidding Documents for the Project can be obtained at the following URL:
https://www.ariplans.com
All official notifications, addenda, and other Bidding Documents will be distributed to registered plan
holders by the ARI Planroom. Neither Owner nor Engineer will be responsible for Bidding Documents,
including addenda, if any, obtained from sources other than the designated issuing office.

Pre-Bid Conference and Site Visit:
A mandatory pre-bid conference, with site visit immediately following for the Project will be held on
Tuesday, December 13, 2022 at 1 p.m. at the LRG PWWA Butterfield Office, 9774 Butterfield
Boulevard, Las Cruces, NM, 88011. Bids will not be accepted from Bidders that do not attend the
mandatory pre-bid conference.

Instructions to Bidders:
For all further requirements regarding bid submittal, qualifications, procedures, and contract award,
refer to the Instructions to Bidders that are included in the Bidding Documents.
The deadline for questions is January 14, 2023. Questions must be made in writing and can be
submitted to Jeffrey Samson, P.E., from Daniel B. Stephens & Associates, to jsamson@geo-logic.com.
Responses to questions received will be issued no later than January 19, 2023. Responses will be issued
via Addendum.

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 all applicable federal regulations including the Davis Bacon Act requirements.

All qualified applicants will receive consideration for employment without regard to race, color, religion,
sex or national origin. 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/201309/documents/six_good_faith_efforts.pdf.

The bidder must make a good faith effort to solicit and hire Disadvantaged Business subcontractors and suppliers 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 Bid 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.

This project is subject to American Iron and Steel Requirements.

This project is subject to Davis Bacon Wage Rates.

See the Instructions to Bidders for required forms that must be attached to the Bid proposal.

This Advertisement is issued by:
Owner: Lower Rio Grande Public Water Works Authority
By: Karen Nichols, Project Manager, and Kathi Jackson, Chief Procurement Officer
Date: December 4 and December 11, 2022, in Las Cruces Sun, and Albuquerque Journal

Stern Drive Ph. II Waterline Extension Project

ADVERTISEMENT FOR BIDS

Lower Rio Grande Public Water Works Authority

521 St. Valentine, La Mesa, NM 88044

Separate sealed BIDS for the construction of the Stern Drive Waterline Extension Phase II will be received by Martin Howell, P.E. at 3500 Sedona Hills Parkway, Las Cruces, NM 88011 until 1:00 p.m. (Local Time), on February 7th,2022 and then at said office publicly opened and read aloud.

In accordance with the guidance from public health officials, the official bid opening will be conducted at 3500 Sedona Hills Parkway, Las Cruces, NM 88011 at 1:00 p.m. on February 7th, 2022.

In response to the COVID-19 situation, the bid opening will only be conducted via webinar and conference call number and will not physically be open to the public. Those interested in attending may do so by the webinar link or conference number below.

The webinar link is:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTNlMTMwMDktNTMwYy00YzFkLThlYjEtNjQ1ZDJjNTk2YTQz%40thread.v2/0?context=%7b%22Tid%22%3a%222d50484b-aea4-4545-a884-cb6d959e0dda%22%2c%22Oid%22%3a%222b7c8670-10ba-45aa-afb6-51acb253f589%22%7d

The conference call dial-in number (Audio Only) is: (505) 373-2744 619 552 063#

Project Description:  This project consists of the installation of approximately 838 LF of 12-inch C900 PVC waterline, valves, and a hydrant as well as the connection to an existing 12-inch waterline.

The CONTRACT DOCUMENTS may be examined at the following locations:

    Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM  88011              (575) 647-0799

Copies of the CONTRACT DOCUMENTS in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost.  Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

Copies of the Bidding Documents may be obtained at the office of the ENGINEER, Souder, Miller & Associates, 3500 Sedona Hills Parkway, Las Cruces, NM 88011, upon payment of $100.00 for each set.  Checks for Bidding Documents shall be payable to the Owner, identified above.  Any BIDDER, upon returning the Bidding Documents in good and complete condition within 30 calendar days of bid opening, will be refunded $100.00.

Resident Contractor and Resident Veteran Contractor Preferences shall apply to this Project per Section 13-1-21 NMSA 1978 (as amended).

A PRE-BID MEETING will be held virtually on January 18th,2022 at 1:00 p.m.

The webinar link is:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZjQyYmNmMTgtYjU0ZC00Mzc2LTg3NDUtYjU0OTY2NDE1NGQ1%40thread.v2/0?context=%7b%22Tid%22%3a%222d50484b-aea4-4545-a884-cb6d959e0dda%22%2c%22Oid%22%3a%222b7c8670-10ba-45aa-afb6-51acb253f589%22%7d

The conference call dial-in number (Audio Only) is: (505) 373-2744 263 288 961#

Vado Water System Improvements

Separate sealed BIDS for the construction of the Vado Water System Improvements Project will be received by Martin Howell, P.E. at 3500 Sedona Hills Parkway, Las Cruces, NM 88011 until 3:00 P.M (Local Time), on October 5th, 2021, and then at said office publicly opened and read aloud.

In accordance with the guidance from public health officials, the official bid opening will be conducted at 3500 Sedona Hills Parkway, Las Cruces, NM 88011 at 3:00 p.m. on October 5th, 2021.

In response to the COVID-19 situation, the bid opening will only be conducted via webinar and conference call number and will not physically be open to the public. Those interested in attending may do so by the webinar link or conference number below.

The webinar link is contained in the PDF document below.

The conference call dial-in number (Audio Only) is contained in the PDF document below.

Project Description:  This project consists of the installation of approximately 50 LF of 3-inch PVC waterline and the installation of 6 gate valves along NM HWY 478.

The Bidding Documents may be examined at the following locations:

    Souder, Miller & Associates, 3500 Sedona Hills Parkway, Las Cruces, NM  88011         (575) 647-0799
Copies of the Bidding Documents in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost.  Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

Copies of the Bidding Documents may be obtained at the office of the ENGINEER, Souder, Miller & Associates, 3500 Sedona Hills Parkway, Las Cruces, NM 88011, upon payment of $100.00 for each set.  Checks for Bidding Documents shall be payable to the Owner, identified above.  Any BIDDER, upon returning the Bidding Documents in good and complete condition within 30 calendar days of bid opening, will be refunded $100.00.

Resident Contractor and Resident Veteran Contractor Preferences shall apply to this Project per Section 13-1-21 NMSA 1978 (as amended).

A PRE-BID MEETING will be held virtually on September 21st at 10:000 a.m.

The webinar link is contained in the PDF document below.

The conference call dial-in number (Audio Only) is contained in the PDF document below.

C-120 Advertisement for Bids_Vado

LRGPWWA Vado Bid Opening Log

Contract was awarded to DuCross Construction.

South Valley Water Supply & Treatment Project

Sealed Bids for the construction of South Valley Water Supply & Treatment Project will be received by Lower Rio Grande Public Water Works Authority, at the office of the La Mesa Office, 521 St. Valentine, La Mesa, NM 88044, until 2:00 pm local time on September 2, 2021, at which time the Bids received will be publicly opened and read.  If bid is sent by UPS or Fedex, mail to Mesquite Office, 215 Bryant Street, Mesquite, NM 88048. If bid is sent by USPS mail to PO Box 2646, Anthony, NM 88021. The Project consists of the following: drilling and completing a 750 gpm groundwater production well, and line-shaft pump and motor. Installation of a 750 gpm arsenic filtration system within a 2,000 sf CMU building, concrete sludge drying beds, and miscellaneous facility site work. Installation of a 250,000-gallon welded steel water storage tank at the existing tank site with miscellaneous site work improvements. Modification of the existing SCADA to incorporate the new arsenic plant SCADA to communicate to the storage tank site, PRV, and central master terminal.

    • Two alternative versions of the paragraph below are presented; delete the version not used. 1) The first version is for a Project that has a single prime construction contract. 2) The second version is for a multiple-prime contract project.  Edit the example language in the paragraph below to describe the type of Bid required.  For additional guidance, see EJCDC® C-001, Commentary.  Edit to suit the Project and Owner’s requirements.

Bids will be received for a single prime Contract.  Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.

    • The purpose of the paragraphs below is to identify the Issuing Office and other locations (if any) where the Bidding Documents may be examined and obtained. The paragraph should also contain information on charges or deposits and refunds for the Bidding Documents, and information on the availability of partial sets of the Bidding Documents. Edit the paragraphs below as required for the Project.
    • In the first paragraph below, identify the Issuing Office. The term “Issuing Office” (with initial capital letters) is defined in Article 1 of the Instructions to Bidders. It is typically appropriate to have only one Issuing Office for a given project. In the typical case the Engineer serves as the Issuing Office, although other entities such as the Owner, a construction manager, or a third-party reproduction firm can alternatively be the Issuing Office.
    • In the second paragraph below, identify other locations where the Bidding Documents may be examined. Supplement the list as needed; and make revisions to avoid redundancy with the Issuing Office that has been identified in the first paragraph below.

The Issuing Office for the Bidding Documents is: Bohannan Huston, Inc. located at 425 S. Telshor Blvd., Suite C103, Las Cruces, NM 88011, telephone 575-532-8670. Prospective Bidders may examine the Bidding Documents at the Issuing Office between the hours of Monday – Thursday 7:30 to 5:30 and Friday 7:30 to 11:30, and may obtain copies of the Bidding Documents from the Issuing Office as described below.

For bidding forms, and Contract Documents, including plans, specifications, and other documents to be used in connection with the submission of bids, prospective Bidders are invited to register under the ”BHITracker®” web portal link located at www.bhinc.com to obtain access to the “Bids” section for distribution of bid documents electronically.  Select the pertinent project as listed on the projects list.  Register new company account by providing the following contact information:  Company name, contact name, company role, telephone number and email address.  The Bidder shall receive a notification email once the bidder has been registered with the site.  Each registered bidder will be able to re-access the site from www.bhinc.com and selecting the ”BHITracker®/Bids” icon which will direct the Bidder to the BHITracker® bid document distribution site.  The Bidder shall have a specific username and password in order to gain access to the “LRGPWWA South Valley Water Supply & Treatment Project” project.  Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.

If you do not or cannot access the site, please notify us as soon as possible.  The following shall be performed through the BHITracker® site.

  1. DOWNLOAD THE BIDDING DOCUMENTS FROM THE BHITRACKER® SITE:  The bidding documents are available during the bidding phase from the CONTRACT DOCUMENTS tab under the BIDDING DOCUMENTS subsection.  When issued, addenda will be available from the ADDENDA SECTION.

PLEASE SUBMIT ALL QUESTIONS THROUGH THE BHITRACKER® SITE:  To submit a question, go to the BIDDING tab and click on SUBMIT QUESTION.  This will direct you to a form to enter the question, when complete click SUBMIT and the question will be sent to BHI for review.  Responses to questions will be included in the Addenda

  1. section (under the CONTRACT DOCUMENTS tab) and bidders will be notified via email when this information is available.
  2. The bidders list is provided in the BIDDERS LIST tab.

Bidding Documents also may be examined at the following locations:

Construction Reporter 1609 Second St. NW, Albuquerque, NM 87102 (505) 243-9793

The PlanIt Room 1155 Westmoreland Suite 109, El Paso, TX 79925 (915) 781-2900

A pre-bid conference will be held at 10:00 am local time on August 19, 2021 at the La Mesa Office, 521 St. Valentine, La Mesa, NM 88044.  Attendance at the pre-bid conference is highly encouraged but is not mandatory.  Bidders shall submit questions to the Owner / Engineer during the bidding phase through the BHITracker® Site.    Responses to the questions will be provided via an addendum.  The last day for questions is close of business (5:00 pm local time) August 27, 2021.

    • In the paragraphs below, edit to conform to the Bidding Documents for this Contract. See Instructions to Bidders.

Bid security shall be furnished in accordance with the Instructions to Bidders.

Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A – Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The deminimis and minor components waiver apply to this contract.

Bid-opening Tabulation

BidOpenTabulationSht

Email Notification Lists

Engineering firms and contractors who wish to be notified by email of upcoming Requests for Proposals or projects going out to bid may contact Projects Manager Karen Nichols at karen.nichols@lrgauthority.org to be added to the email list.

Re-RFP for Mesquite-Brazito Sewer Project 2 Engineering Services

The Mesquite-Brazito Sewer Project 2 has been in construction since 5/2/2022, and the engineering agreement has expired. The project consists of construction of a new wastewater collection system in parts of Mesquite and Brazito, NM. Funds are not currently adequate to construct the entire project as designed, so the scope will include construction administration and observation, post-construction services, new planning documents, funding application support, possibly a small design revision, and bid-phase and construction/post-construction services for a Project 3 to complete the project as designed. Due to federal funding, New Mexico Resident/Resident Veteran Preferences will NOT apply.

Project No. LRG-17-01
Proposals will be received at 521 St. Valentine, La Mesa NM in person until Monday, May 22, 2023,
12:00 p.m. For USPS, send to P.O. Box 2646, Anthony NM 88021. For FedEx, UPS, etc., send to 215 Bryant St., Mesquite NM 88048.  The Request for Proposals (RFPs) can be downloaded below.

Request-for-Proposals-for-Design-Professional-Services_LRGPWWA Sewer Proj 2

Re-RFP For Architectural Services – Central Operations Facility

Qualifications-based competitive sealed proposals for professional design services will be received by the Contracting Agency, Lower Rio Grande Public Water Works Authority for RFP No.FY2023-02 The Contracting Agency is requesting proposals for professional

  • architectural services
  • engineering services
  • surveying services

for: Central Operations Facility
Project No. LRG-17-02
Proposals will be received at 521 St. Valentine, La Mesa NM 88044 until March 7, 2023, 3:00 p.m.. Copies of the Request for Proposals (RFPs) can be obtained in person at the office of Lower Rio Grande Public Water Works Authority Projects Dept. at 59 Links Rd., Anthony NM 88021 or will be mailed or emailed upon request to Karen Nichols, Projects Manager at 915-203-2057 or
karen.nichols@lrgauthority.org.

A pre-proposal meeting will not be held. Interviews will not be held for this project after the evaluation of proposals is completed.

PURCHASING AGENT:
Kathi Jackson, CPO
Date: 01/30/2023

Request-for-Proposals-for-Design-Professional-Services_LRGPWWA Central Ops Facility

RFP For Engineering Services for E. Mesa Water System Improvements Phase

Qualifications-based competitive sealed proposals for professional design services will be received by
the Contracting Agency, Lower Rio Grande Public Water Works Authority for RFP No.FY2023-01
The Contracting Agency is requesting proposals for professional engineering & surveying services for: Construction of East Mesa Phase I Water System Improvements Project No. LRG-17-03

Proposals will be received at 521 St. Valentine, La Mesa NM for drop-off, P.O. Box 2646, Anthony NM
88021 for mail, 215 Bryant, Mesquite NM 88048 for delivery service until Monday, August 15, 2022, 11:00 a.m..
Copies of the Request for Proposals (RFPs) can be obtained in person at the office of LRGPWWA
Projects Manager, Karen Nichols at 59 Links Rd., Anthony NM 88021 or will be mailed or emailed upon request to Karen Nichols at 915-203-2057 or karen.nichols@lrgauthority.org.  The RFP can also be downloaded below:

RFP-for-Design-Professional-Services_LRGPWWA E Mesa

This is a re-RFP due to federal funding requirements which do not allow for Resident or Veteran Business Preference.  The design of this project was completed with state funding that required these preferences.

The firm selected was Daniel B. Stephens & Associates

RFP for On-Call Engineering Services

The LRGPWWA is seeking to engage up to two On-Call engineering firms.  RFP document can be downloaded below.  Deadline for proposals is Tuesday, May 3, 2022 at 3:00 p.m.  For questions about this RFP, contact LRGPWWA Projects Manager, Karen Nichols, See the RFP for contact information.

LRGPWWA On-Call PE Services RFP

The two firms selected were Souder, Miller & Associates and Bohannan Huston, Inc.

NOTICE OF REQUEST FOR PROPOSALS (RFP)- Stern Drive Waterline Extension Phase II

Qualifications-based competitive sealed proposals for professional design services will be received by the Contracting Agency, Lower Rio Grande Public Water Works Authority for RFP No.FY2022-02

The Contracting Agency is requesting proposals for professional architectural services engineering services & surveying services for:

Stern Drive Waterline Extension Phase II Project
Project No. LRG-18-02

Proposals will be received at 521 St. Valentine, La Mesa, NM, or contact the Projects Manager for postal or shipping address, until Monday, October 4, 2021, 2:00 a.m. Copies of the Request for Proposals (RFPs) can be obtained in person at the office of the Projects Department at LRGPWWA Desert Sands Office, 59 Links Rd., Anthony NM or will be mailed or emailed upon request to Karen Nichols, Projects Manager at 915-203-2057 or karen.nichols@lrgauthority.org.

A pre-proposal meeting will not be held. Interviews will not be held for this project after the evaluation of proposals is completed.

PURCHASING AGENT:
Kathi Jackson, Finance Manager, CPO
Date: August 18, 2021

RFP Ad_LRGPWWA Stern Dr Ph 2

Request-for-Proposals-for-Design-Professional-Services_LRGPWWA Stern Dr Project

Souder, Miller & Associates was the firm selected.

Valle Del Rio Ph. II Water System Improvements

Qualifications-based competitive sealed proposals for professional design services will be received by the Contracting Agency, Lower Rio Grande Public Water Works Authority for RFP No.FY2022-01

The Contracting Agency is requesting proposals for professional engineering services/surveying services for: Valle Del Rio Phase II Water System Improvements Project, Project No. LRG2013-03.

Proposals will be received at 521 St, Valentine, La Mesa NM 88044 until Tuesday, August 10, 2021, 2:00 pm.  Copies of the Request for Proposals (RFPs) can be obtained in person at the office of Lower Rio Grande Public Water Works Authority at 59 Links Rd., Anthony NM 88021 or will be mailed or emailed upon request to Karen Nichols, Projects Manager, at 915-203-2057 or karen.nichols@lrgauthority.org.

A pre-proposal meeting will not be held.  Interviews will not be held for this project after the evaluation of proposals is completed.

PURCHASING AGENT:
Kathi Jackson, Finance Manager
Date: July 9, 2021

RFP-for-Design-Professional-Services_LRGPWWA Valle Del Rio Ph II completion

Souder, Miller & Associates was the selected firm.

LRGPWWA Informal Request for Proposals #FY2020-03

The Lower Rio Grande Public Water Works Authority (LRGPWWA) is seeking Letters of Interest from qualified professional engineering, environmental and surveying firms for professional services for small water and/or wastewater projects less than $60,000  during FY2021through FY2024 (7/1/2020 to 6/30/24) on as “as needed” basis.  Services may include and are not limited to engineering design, development or update of environmental or planning documents, construction administration and/or observation, surveying, mapping, permit acquisition, CAD drawings, GIS work, etc.  Firms interested in provided these services shall provide a Letter of Interest, as specified below, no later than 3:00 p.m. on June 29, 2020 to:

Lower Rio Grande PWWA
Attention: Karen Nichols, Projects Manager
PO Box 2646, Anthony NM 88021
karen.nichols@LRGauthority.org  (submission by email or file-share link is strongly preferred)

Letters of Interest shall contain a brief statement of qualification regarding specialized design and technical competence; capacity and capability of performing work as required; past performance with the LRGPWWA, its founding entities or other small water & wastewater systems; proximity to and familiarity with the LRGPWWA Service Area and utility systems; any special characteristic or capabilities which might enhance the firm’s qualifications or suitability; and schedule of fees for various basic engineering, planning, surveying or other services.  IMPORTANT: Letters of interest which do not include a schedule of fees will be deemed non-responsive.  This requirement is intended to document the staff and services offered by the firm, and does not constitute a binding price commitment.  Letters of Interest shall not be bound and shall be limited to five pages not including schedule of fees.  Brochures or informational literature about the firm may be enclosed if desired.

The LRGPWWA anticipates that multiple firms will be selected for small project “as needed” during FY2021 through FY2024 and reserves the right to reject any and all proposals and to waive all formalities.

Martin G. Lopez, General Manager
Kathi Jackson, Chief Procurement Officer

RFP #FY2020-02 Water Master Plan

Legal Classified Ad for Request for Proposals for development of a Water Master Plan funded by CDBG and the Lower Rio Grande Public Water Works Authority appears in the Las Cruces Sun News on Thursday, March 5, 2020.  Deadline for proposals is 3:00 p.m. on April 2, 2020.  Download the RFP document and Addendum #1 below.  Addendum #1 clarifies the limit on the number of pages proposals may contain.

RFP_for_Design_Professional_Services_LRGPWWA 2020-02_Water Master Plan

LRGPWWA RFP #FY2020-02 ADDENDUM #1_031120

LRGPWWA RFP #FY2020-02 ADDENDUM #2_032420

Six proposals were received.  RFP Committe will met on 4/7/20 to make an award recommendation to the Board of Directors for its 4/15/20 meeting.  Bohannan Huston, Inc. was selected for this project.


RFP #FY2020-01 for Mesquite Wetlands Closure Project

Request For Proposal for Professional Services for LRGPWWA Mesquite Wetlands Closure Project ad appeared in the Las Cruces Sun New on July 28, 2019.  The full RFPis available to download below, and interested firms may contact Projects Manager Karen Nichols by email at karen.nichols@lrgauthority.org  to receive additional information about the project including latest Discharge Permit and Closure Plan.  Deadline is 3 pm August 28, 2019.  The address given is for in-person or delivery service.  Contact the Projects Manager if you plan to send by US Postal Service.

UPDATE 8/28/19: Two proposals were received.  RFP Committee meets 9/5/19 to evaluate proposals and make a recommendation for selection to the board.  Board meeting is 9/18/19, and selection of an engineering firm for this project is on the agenda.

UPDATE 9/19/19: The LRGPWWA took action on 9/18/19 to adopt the RFP Committee recommendation to select Bohannan Huston, Inc. for this project.  Contract negotiations are pending.

UPDATE 1/27/20: Engineering contract approved, project is under way.

Jacquez Road Line Extension Project

The Lower Rio Grande Public Water Works Authority (LRGPWWA) will receive sealed bid proposals on forms prepared by Wilson and Company, Inc., E&A at the LRGPWWA Office Building located at, 521 Saint Valentine, La Mesa, New Mexico 88044 until 10:00 A.M. (local time) on Tuesday, November 12, 2019.  Bids received after this time will not be received.

BID OPENING IS POSTPONED TO 10:00 A.M. THURSDAY, NOVEMBER 14, 2019, SAME LOCATION

Project is generally described as the construction of 1,900 linear feet of new water mainline, water services, related appurtenances and fire hydrants to serve community along Jacquez Road located in the Berino & Anthony, New Mexico area in rural Dona Ana County.

Bidder Requirements:

  1. Bidders must possess appropriate and current contracting license at the time of bid open as regulated by Construction Industries Division, 2550 Cerrillos Road, Santa Fe, NM  87505, Phone: (505) 476-4700.
  2. Resident/Veterans bidder’s preference are eligible.

A Non-Mandatory Pre-bid conference will be held at the LRGPWWA Office Building located 521 Saint Valentine, La Mesa, New Mexico 88044, at 10:00 A.M. (local time) on Wednesday, November 6, 2019.

Electronic Portable Document Format (pdf) bidding documents may be viewed or downloaded via Consultant’s online Plan Room at http://www.wilsonco.com/plan-room at no charge. Contractors, Subcontractors, suppliers, etc. must register or log-in to view and/or download bidding documents. Businesses without Internet access may be obtained these documents, upon request at the office of the Consultant, 414 N. Main Street Suite A, Las Cruces, New Mexico; (505) 348-4005. Hard copies of the bidding documents and specifications require a $150.00 refundable deposit, Payable to Wilson & Company, Inc. The deposit will be refunded provided the bid documents are returned to the Consultant in good condition, unmarked or un-written, within ten (10) Calendar days after the bid opening date.

Each proposal shall be submitted in accordance with the information for bidders and shall be accompanied by an acceptable Proposal Guarantee in the form of a Bid Bond or Certified Check in the amount equal to five percent (5%) of the total bid amount, made payable to LRGPWWA as a guarantee that if the proposal is accepted, the bidder will execute the Contract and file acceptable Performance and Labor and Material Payment Bonds within ten (10) calendar days after award of the Contract.

The LRGPWWA reserves the right to reject any or all proposals and to waive any informality or technicality in any proposal.

Decisions of the State Labor Commissioner setting wage rates will be a part of the Contract.

Bid Tabulation for Jacquez Road Line Extension Project:

Bid Tab_Jacquez Rd

UPDATE: Successful bidder was J29 Enterprises

Update 4/3/20: Project is substantially complete.  Punchlist items are being addressed prior to final completion and close-out.

Update 4/17/20: Project is complete and being closed out

Mesquite-Brazito Wastewater System Improvements

UPDATE: LRGPWWA Board awarded the contract for this project to File Construction contingent upon USDA-Rural Development approval on 4/17/19

Bid Tab – Mesquite-Brazito P1

Sealed Bids for the construction of the Mesquite-Brazito Wastewater System Improvements will be received by LRGPWWA, at the office of the

LRGPWWA – La Mesa Office, 521 St. Valentine, La Mesa, NM,

until 2:00 p.m. local time on March 27, 2019, at which time the Bids received will be opened and read. The Project consists of a base bid and 3 bid alternates. The Base Bid is the installation of 2 lift stations with SCADA, 28,000 LF of 8” and 10” gravity sewer mains, 108 epoxy coated concrete manholes, 17,000 LF of 4” and 6” sewer forcemains, and associated infrastructure. Approximately 200 sewer services will be installed and septic tanks decommissioned. The Bid Alternates will consist of an additional 2 lift stations with SCADA, 12,500 LF of gravity sewer mains, 45 epoxy coated concrete manholes, 2,300 LF of 4” and 6” sewer forcemains, and associated infrastructure. The Bid Alternates also include the installation of SCADA equipment and programming at 10 existing lift stations. Both the Base Bid and Bid Alternates include resurfacing of paved and unpaved roadways.

Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.

The Issuing Office for the Bidding Documents is:

Bohannan Huston, Inc. located at 425 S. Telshor Blvd., Suite C103, Las Cruces, NM 88011, telephone 575-532-8670.

Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of Monday – Thursday 7:30 to 5:30 and Friday 7:30 to 11:30, and may obtain copies of the Bidding Documents from the Issuing Office as described in the full document below.

Mesquite-Brazito Wastewater Project Bid Opening is RESCHEDULED to March 28th, same time and place.

Advertisement for Bids

The LRGPWWA is seeking proposals for professional engineering services for planning (technical memorandum), design, construction and post-construction phases for a waterline extension project in its South Valley Service Area.

A Service Area Map can be downloaded by clicking this link.

RFP can be downloaded by clicking this link.

UPDATE: RFP Committee met on 9/12/18, Board acted on Committee recommendation on 9/19/18 to select Souder, Miller & Associates

For information, email Projects Manager Karen Nichols at karen.nichols@lrgauthority.org or call 575-233-5742 extension 1018.

Sealed Bids for the construction of the US Highway 70 Bore Crossing Line Repair will be received, by LRGPWWA, at the office of the LRGPWWA, (for in-person or delivery service – postal address is PO Box 2646, Anthony NM 88021), until 2:00 p.m. local time on January 24, 2018, at which time the Bids received will be publicly opened and read. The Project consists of replacing approximately 175 lf of 6” PVC water pipeline in an existing bored crossing.

Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.

The Issuing Office for the Bidding Documents is: Bohannan Huston, Inc. located at 425 S. Telshor Blvd., Suite C103, Las Cruces, NM 88011, telephone 575-532-8670. Prospective Bidders may examine the Bidding Documents at the Issuing Office between the hours of Monday – Thursday 7:30 to 5:30 and Friday 7:30 to 11:30, and may obtain copies of the Bidding Documents from the Issuing Office as described below.

For bidding forms, and Contract Documents, including plans, specifications, and other documents to be used in connection with the submission of bids, prospective Bidders are invited to register under the “BHITracker” web portal link located at www.bhinc.com to obtain access to the “Bids” section for distribution of bid documents electronically. Select the pertinent project as listed on the projects list. Register new company account by providing the following contact information: Company name, contact name, company role, telephone number and email address. The Bidder shall receive a notification email once the bidder has been registered with the site. Each registered bidder will be able to re-access the site from www.bhinc.com and selecting the “BHITracker/Bids” icon which will direct the Bidder to the BHITracker bid document distribution site. The Bidder shall have a specific username and password in order to gain access to the “LRGPWWA US Highway 70 Bore Crossing Line Repair” project. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.

If you do not or cannot access the site, please notify us as soon as possible. The following shall be performed through the BHITracker site.

  1. DOWNLOAD THE BIDDING DOCUMENTS FROM THE BHITRACKER SITE: The bidding documents are available during the bidding phase from the CONTRACT DOCUMENTS tab under the BIDDING DOCUMENTS subsection. When issued, addenda will be available from the ADDENDA SECTION.
  2. PLEASE SUBMIT ALL QUESTIONS THROUGH THE BHITRACKER SITE: To submit a question, go to the BIDDING tab and click on SUBMIT QUESTION. This will direct you to a form to enter the question, when complete click SUBMIT and the question will be sent to BHI for review. Responses to questions will be included in the Addenda section (under the CONTRACT DOCUMENTS tab) and bidders will be notified via email when this information is available.
    1. The bidders list is provided in the BIDDERS LIST tab.

Bidding Documents also may be examined at the following locations:

Construction Reporter 1609 Second St. NW, Albuquerque, NM 87102 (505) 243-9793

The PlanIt Room 1155 Westmoreland Suite 109, El Paso, TX 79925 (915) 781-2900

Upon request, paper copies of the BIDDING FORM with all necessary forms to complete a bid may be obtained by the issuing office.

A pre-bid conference will NOT be held. Bidders shall submit questions to the Owner / Engineer during the bidding phase through the BHITracker Site. Responses to the questions will be provided via an addendum. The last day for questions is close of business (5:00 pm local time) January 17, 2018.

Bid security shall be furnished in accordance with the Instructions to Bidders.

Owner: LRGPWWA
By: Karen Nichols
Title: Projects Manager
Date: January 7, 2018

Low Bidder was General Hydronics, project is complete

The Lower Rio Grande PWWA is seeking proposals for engineering professional services for a PER and Environmental Information Document for its East Mesa water service area. The RFP can be downloaded below. Deadline is 3 pm on Monday, November 6, 2017.

If you would like to review planning documents from previous East Mesa system projects, email Projects Manager Karen Nichols at karen.nichols@lrgauthority.org for a Google Drive download link.

Selected firm was Vencor Engineering, contract negotiations in progress.

RFP #LRG2018-01 East Mesa Water Service Area PER & EID
Project Description – E. Mesa Planning Documents

Separate sealed BIDS for the construction of the Valle Del Rio Water System Improvements will be received by Lower Rio Grande Public Water Works Authority, Attn: Karen Nichols at 521 St. Valentine, La Mesa, NM (not a mailing address), until 2:00 p.m. (Local Time), October 10, 2017, and then at said office publicly opened and read aloud.

Contact Karen Nichols, Project Manager at 575-233-5742 Ext. 1018 for address to submit BIDS to a United States Postal Service address.

Project Description: This project consists of the construction of a new 170,000-gallon welded steel water storage tank and associated site work. The work also includes the installation of 6-inch C900 PVC yard piping, valves and appurtenances as well as the replacement of two existing submersible well pumps, controls, telemetry equipment, meters and connections to the existing distribution system along with associated additive alternates.

The CONTRACT DOCUMENTS may be examined at the following locations:

Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM 88011 (575) 647-0799

Copies of the CONTRACT DOCUMENTS in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost. Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

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 all applicable federal regulations including the Davis Bacon Act requirements.

All qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended.

Separate sealed BIDS for the construction of the Valle Del Rio Water System Improvements will be received by Lower Rio Grande Public Water Works Authority, Attn: Karen Nichols at 521 St. Valentine, La Mesa, NM (not a mailing address), until 2:00 p.m. (Local Time), October 10, 2017, and then at said office publicly opened and read aloud.

Contact Karen Nichols, Project Manager at 575-233-5742 Ext. 1018 for address to submit BIDS to a United States Postal Service address.

Project Description: This project consists of the construction of a new 170,000-gallon welded steel water storage tank and associated site work. The work also includes the installation of 6-inch C900 PVC yard piping, valves and appurtenances as well as the replacement of two existing submersible well pumps, controls, telemetry equipment, meters and connections to the existing distribution system along with associated additive alternates.

The CONTRACT DOCUMENTS may be examined at the following locations:

Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM 88011 (575) 647-0799

Copies of the CONTRACT DOCUMENTS in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost. Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

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 all applicable federal regulations including the Davis Bacon Act requirements.

All qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 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 http://www.epa.gov/osbp/dbe_efforts.htm. The bidder must make a good faith effort to solicit and hire Disadvantaged Business subcontractors and suppliers to meet the goals outlined in EPA XP-215. A good faith effort requires that the Contractor: 1) Complete the affirmative steps outlined in XP215, 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 Bid Proposal that omits XP-215 or does not support that a good faith effort was made will be considered nonresponsive and the Bid Proposal rejected.

A PRE-BID MEETING will be held at 521 St. Valentine, La Mesa, NM on September 21, 2017 at 10:00 a.m.

Low bidder was Morrow Enterprises, contract award is pending

Sealed proposals for construction of the Lower Rio Grande Public Water Works Authority’s Berino Area Waterline Extension will be received by Parkhill, Smith & Cooper at 115 West Griggs Avenue, Las Cruces, New Mexico, until 2:00 p.m. (MST), Wednesday June 21, 2017, and at that time and place will be publicly opened and read aloud. Bids received after the bid opening begins will not be accepted.

For more information please see the complete bid announcement posted below.

Four bids were received – Project awarded to J29 Enterprises

Waterline Extension Project Bid Announcement

Architectural Services for Central Office Building Project

Download the RFP below. Deadline is 3 pm on February 23, 2017.

RFP is closed. Selected firm was Wilson & Company.

RFP #LRG-FY2017-01

Submissions of sealed bids are invited from Bidders for the Lower Rio Grande Public Water Works Authority Water Tank Inspection, NM. The nature of the work consists of inspection of potable water tanks including the production of a DVD with audio, pit and blister analysis, recording of sediment levels, and may include maintenance items found during inspection for the Lower Rio Grande Public Water Works Authority.

Bids to complete this work will be received by Huitt-Zollars, Inc., Projects Engineer, Raymond De La Vega, PE, and be delivered in person or delivery service to 333 Rio Rancho Dr. NE Suite 101, Rio Rancho, New Mexico, until 2:00 p.m. (local time), Tuesday January 31, 2017 at which time and place all bids will be opened and tabulated. Bids received after the bid opening begins will not be accepted.

Bid Documents for this supply contract project may be obtained by contacting Huitt-Zollars, Inc. 333 Rio Rancho Dr. NE Suite 101, Rio Rancho, New Mexico, beginning Monday, January 18, between 8:00 a.m. and 5:00 p.m. (local time), weekdays.

Pre-Bid Conference will not be held. All questions are to be sent to Raymond De La Vega at rdelavega@huitt-zollars.com no later than January 25th. Bid Security in the amount of 5% of the total Bid shall accompany each Bid in accordance with instruction to bidders. All bidders shall hold their bids for Sixty one (61) days after actual date of bid opening.

The Authority reserves the right to reject any or all Bids and to waive informalities or irregularities in the Bidding.

January 18, 2017
Lower Rio Grande Public Water Works Authority
Karen Nichols, Projects Manager

CLOSED: Riley Industrial Services was selected.

Stern Drive Line Extension Project Bid Ad

Separate sealed BIDS for the construction of the Stern Drive Waterline Extension will be received by Lower Rio Grande Public Water Works Authority, Attn: Karen Nichols at 521 St Valentine, La Mesa, NM

until 10:30 a.m., November 14th,2019, and then publicly opened and read aloud.  Contact Karen Nichols, Project Manager at 575-233­5742 Ext. 1018 for address to submit BIDS to a United States Postal Service address.

Project Description: This project consists of the installation of approximately 1200 LF of 12-inch C900 PVC waterline, valves and hydrants as well as the connection to an existing 12-in waterline. The CONTRACT DOCUMENTS may be examined at the following locations: Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM 88011 (575) 647­0799.  Copies of the CONTRACT DOCUMENTS in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost. Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project. Copies of the Bidding Documents may be obtained at the office of the ENGINEER Souder, Miller & Associates, 3500 Sedona Hills Parkway,

Las Cruces, NM 88011 upon payment of $100.00 per set.  Checks for Bidding Documents shall be payable to the Owner, identified above. Any BIDDER, upon returning the Bidding Documents in good and complete condition within 10 calendar days of bid opening, will be refunded $100.00. Resident Contractor and Resident Veteran Contractor Preferences shall apply to this Project per Section 13-1­

21 NMSA 1978 (as amended).

A PRE-BID MEETING will be held at 325 Holguin Road, Vado, NM on October 29th, 2019 at 10:30 a.m.

Bid Tabulation for Stern Drive Line Extension Project

Bid Tab_Stern Drive Line Extension Project

UPDATE: Successful bidder was Highland Enterprises.

Valle Del Rio Ph II Water System Improvements Bid Ad

Owner: Lower Rio Grande Public Water Works Authority

Address: 521 St. Valentine, La Mesa, NM 88044

Separate sealed BIDS for the construction of the Valle Del Rio Water System Improvements, Phase II will be received by mail by Lower Rio Grande Public Water Works Authority, Attn: Martin G. Lopez, General Manager at 325 Holguin Road Box C, Vado, New Mexico 88072, by in-person or delivery service at 521 St. Valentine, La Mesa NM 88044 until 2:00 p.m. (Local Time),March 19, 2020, and then at said office publicly opened and read aloud.

Project Description:

This project consists of the installation of approximately 7,000 linear feet of 6-inch C900 PVC, valves, associated appurtenances, replacement of fire hydrants, water service meters, service connections to the distribution system, and rehabilitation of an existing 40,000-gallonsteel water storage tank.  The Bidding Documents may be examined at the following locations: Souder, Miller & Associates, 3500 Sedona HiIls Parkway, Las Cruces, NM 88011 (575) 647-0799 .  Copies of the Bidding Documents in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost. Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

Copies of the Bidding Documents may be obtained at the office of the ENGINEER, Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM 88011, upon payment of $100.00 for each set.  Checks for Bidding Documents shall be payable to the Owner, identified above. Any BIDDER, upon returning the Bidding Documents in good and complete condition within 30 calendar days of bid opening, will be refunded $100.00.

A PRE-BID MEETING will be held at 521 St. Valentine, La Mesa, NM 88044 on February 24, 2020 at 2:00 p.m.  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 40CFR part 31 including 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; layoffor 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 http://www.epa.gov/osbp/dbe_efforts.htm. 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.

Pub: Feb 15, 2020

#4057494

Valle Del Rio Ph II Bid Tab_Award Recommendation

Contract was awarded to Morrow Enterprises

HIGH VALLEY PH. I ADVERTISEMENT FOR BIDS

Owner: Lower Rio Grande Public Water Works Authority

Address: 521 St. Valentine, La Mesa, NM 88044

Separate sealed BIDS for the construction of the High Valley Well Rehabilitation Project will be received by Lower Rio Grande Public Water Works Authority, Attn: Karen Nichols at 521 St. Valentine, La Mesa NM 88044 until 2:00 p.m. (Local Time),   March 31, 2020, and then at said office publicly opened and read aloud.

Contact Karen Nichols, Projects Manager at 575-233-5742 Ext. 1018 for address to submit BIDS to a United States Postal Service address.

Project Description:  This project consists of well inspection, well rehabilitation, replace well house plumbing, and replace chlorine equipment.

The Bidding Documents may be examined at the following locations: Souder, Miller & Associates, 3500 Sedona Hills Parkway, Las Cruces, NM  88011                 (575) 647-0799

Copies of the Bidding Documents in electronic media format may be obtained at the website of the ENGINEER, Souder, Miller & Associates, at www.soudermiller.com, at no cost.  Bidders are responsible for monitoring the website referenced above for notifications of changes and addenda related to this project.

Copies of the CONTRACT DOCUMENTS may be obtained at the office of the ENGINEER, Souder, Miller & Associates, 3500 Sedona Hills Pkwy., Las Cruces, NM  88011, upon payment of $75.00 for each set.  Any BIDDER, upon returning the CONTRACT DOCUMENTS in good and complete condition within 10 calendar days of bid opening, will be refunded $75.00.

Resident Contractor and Resident Veteran Contractor Preferences shall apply to this Project per Section 13-1-21 NMSA 1978 (as amended).

A PRE-BID MEETING will be held at 521 St. Valentine, La Mesa, NM 88044 on March 12, 2020 at 2:00 p.m.

4/3/20 Update: NO BIDS WERE RECEIVED, PROJECT WILL BE RE-BID

High Valley New Well Bid Tabulation 5-25-2021

Bid Ad for Central Operations Facility Project

ADVERTISEMENT FOR BIDS
FROM:
THE OWNER (HEREINAFTER REFERRED TO AS OWNER):
Lower Rio Grande Public Water Works Authority, 325 Holguin Road, Vado, NM 88072.
AND THE ARCHITECT (HEREINAFTER REFERRED TO AS ARCHITECT ):
Wilson & Company, Inc., Engineers & Architects, 4401 Masthead Street NE, Suite 150,
Albuquerque, New Mexico 87109, Phone: (505) 348-4000, Fax: 505-348-4955,
www.wilsonco.com.
DATE: 5 APRIL 2021
TO: POTENTIAL BIDDERS
Your firm is invited to submit an offer to Owner for the Central Operations Facility located at Vado, New Mexico before 2:00 pm MST on the 10th day of June, 2021.  Bidders may obtain complete sets of Bidding Documents from the Architect by:
1. visiting www.wilsonco.com/plan-room or,
2. contacting Marvin Chavez at marvin.chavez@wilsonco.com.

Pre-bid Meeting: A non-mandatory Pre-bid Meeting via teleconference will be conducted at 1:00 PM local daylight time, on 14 April 2021. For dial-in instructions please contact the following personnel:
Marvin Chavez, marvin.chavez@wilsonco.com.

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 all applicable federal regulations including the Davis Bacon Act requirements.

All qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 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/201309/documents/six_good_faith_efforts.pdf.

The bidder must make a good faith effort to solicit and hire Disadvantaged Business subcontractors and suppliers 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 Bid 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.

END OF BID SOLICITATION

20210614 LRG Bid Compilation

Rejection of Bids-Central Operations Facility Project_072221

Contract was negotiated with low bidder, sole-source posting was made, contract was awarded to C&E Industrial Services, Inc.

Toggle Content goes here

LRGPWWA Purchasing Sole Source Requests

The Lower Rio Grande Public Water Works Authority uses competitive purchasing thru price quotes, Invitations to Bid, and Requests For Proposals whenever possible. Occasionally, it becomes necessary to purchase items or services from a sole provider, in which case a Sole Source Request and Determination form is submitted to the NM Dept. of Finance and Administration. Copies of those forms may be downloaded to the right.

Click here to add your own text

Click here to add your own text