MESQUITE-BRAZITO
WASTEWATER SYSTEM IMPROVEMENTS
ADVERTISEMENT
FOR BIDS
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.
Note(s)
to User:
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.
Note(s)
to User:
1.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.
2.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.
3.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 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
|
RFP #LRG-FY2019-01 S. Valley Line Extensions 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 from the link in column on the right side of this webpage. RFP can be downloaded from the link below.
UPDATE: RFP Committee met on 9/12/18, Board will act on Committee recommendation on 9/19/18
For information, email Projects Manager Karen Nichols at karen.nichols @ LRGauthority.org or call 575-233-5742 extension 1018.
|
LOWER RIO GRANDE PUBLIC
WATER WORKS AUTHORITY
US HIGHWAY 70
BORE CROSSING LINE REPAIR
ADVERTISEMENT
FOR BIDS
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.
Note(s)
to User:
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.
Note(s)
to User:
1.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.
2.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.
3.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 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.
- 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 section (under the CONTRACT DOCUMENTS tab) and bidders will be
notified via email when this information is available.
- 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.
Note(s)
to User:
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.
Note(s)
to User:
When
applicable, include a provision to the effect of, “Bids will be accepted only
from Bidders prequalified by the Owner.
Contact [insert Owner contact
person name and contact information] to obtain prequalification
requirements.” Edit to suit the Project,
or use alternative language when other qualifications requirements are
sufficiently important to warrant including them in the Advertisement.
Bidders
shall submit proof of qualifications to perform the Work as described in the
Instructions to Bidders.
Owner: LRGPWWA
By: Karen
Nichols
Title: Projects
Manager
Date: January
7, 2018 Low Bidder was General Hydronics, project is complete
|
RFP #LRG2018-01
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.
|
Advertisement For Bids 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
|
ADVERTISEMENT FOR BIDS 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
|
RFP #FY2017-01 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
|
ADVERTISEMENT FOR BIDS
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.
|
|
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.
|
|