- Bid Number: 6324643
- Office: Las Cruces
- Project Manager: Marty Howell
- Deadline: 2020-03-19
- Last Updated: 2020-02-21 13:17:48
- Downloadable Files: 10 file(s) available
ADVERTISEMENT FOR BIDS
_____ Lower Rio Grande Public Water Works Authority_____________
Owner
_________ 521 St. Valentina, La Mesa, NM 88044____________
Address
Separate sealed BIDS for the construction of the Valle Del Rio Water System Improvements, Phase II will be received by Lower Rio Grande Public Water Works Authority, Attn: Martin G. Lopez, General Manager at 325 Holguin Road Box C, Vado, New Mexico 88072, 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-gallon steel water storage tank.
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 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; 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 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.