RFP24-47Bayo Non-Potable Booster Rehabilitation Engineering Services

Agency: Los Alamos County
State: New Mexico
Type of Government: State & Local
NAICS Category:
  • 541330 - Engineering Services
Posted Date: Jan 16, 2024
Due Date: Feb 8, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
RFP24-47Bayo Non-Potable Booster Rehabilitation Engineering Services

Closing date February 08, 2024, 02:00 PM

  • Reference number RFP24-47
  • Status Open
  • Summary Los Alamos County Department of Public Utilities (“DPU”) is seeking Professional Engineering services to design and prepare construction drawings and specifications for the electric and mechanical upgrades to the Bayo non-potable Booster station in the DPU water reuse system.
    This is a brand name procurement, per Sec 31-144. The designated brand names are:
     Benshaw
     Allen Bradley
     Miox

Sealed Proposals in one (1) clearly labeled unbound original and two (2) bound paper copies (if submitting in paper form), and one (1) electronic version on a USB flash drive or CD, will be received at the Office of the Chief Purchasing Officer, Procurement Division - 101 CAMINO ENTRADA, BUILDING 3, Los Alamos, NM 87544, until 2:00 p.m. Mountain Time, Thursday, February 8, 2024 for this solicitation.

Proposals may also be submitted electronically by email in pdf format. All other requirements stated in the Solicitation Document remain in effect. Emails should be addressed to: lacbid@lacnm.us . Subject line of the email must contain the following information: RESPONSE – RFP24-47 Bayo Non-Potable Booster Rehabilitation Engineering Services.

A Mandatory Pre-Proposal Meeting will be held on Thursday, January 25, 2024 at 10:00 a.m. Mountain Time in Room 200 of the County Municipal Building, 1000 Central Avenue, Los Alamos, NM 87544.

Documents may be obtained from Carmela Salazar at the Office of the Purchasing Officer at:

Los Alamos County

Procurement Division

101 Camino Entrada, Bldg. 3

Los Alamos, NM 87544

(505) 662-8056

carmela.salazar@lacnm.us

Office Hours are 8:00 a.m. – 4:30 p.m., Monday – Friday.

No Proposal may be withdrawn after the scheduled closing time for receipt of proposals.

All forms of bribes, gratuities, and kickbacks are prohibited by state law.

Contact details
Carmela Salazar
505.662.8056
Related Information

Attachment Preview

LOS ALAMOS COUNTY
PROCUREMENT DIVISION
101 Camino Entrada, Building 3, Los Alamos, New Mexico 87544
(505) 662-8056
Advertised: January 14, 2024
Closing Date: February 8, 2024
Non-Mandatory Virtual Pre-Proposal Conference: 10:00 a.m. (MT) January 25, 2024
Request for Proposals (“RFP”)
RFP Number: 24-47
RFP Name: Bayo Non-Potable Booster Rehabilitation Engineering Services
GENERAL INFORMATION
1. Proposals in response to this RFP may be submitted either in paper form, in a sealed envelope, or
electronically by email. Only one of the following submission methods is required:
2. ELECTRONIC SUBMISSION: Emails should be addressed to: lacbid@lacnm.us. Subject line must
contain the following information: RESPONSE – RFP24-47 Bayo Non-Potable Booster
Rehabilitation Engineering Services
It is strongly recommended that a second, follow up email (without the proposal included or attached) be
sent to Carmela Salazar, Senior Buyer, at carmela.salazar@lacnm.us to confirm the Proposal was
received.
The body of the email must contain enough information for the identity of the Proposer to be clear,
including company name, name of person sending the email, and contact information including email
address and phone number.
Only emails with proposals received in the lacbid@lacnm.us email box prior to 2:00 p.m. Mountain
Time, Thursday, February 8, 2024 will be reviewed.
Proposals submitted by email will be opened only after the closing date and time stated in the solicitation
document.
3. PAPER FORM SUBMISSION: Sealed proposals in one (1) clearly labeled unbound original, two (2)
bound copies and one (1) USB flash drive or CD, will be accepted at the Office of the Chief Purchasing
Officer, Procurement Division - 101 Camino Entrada, Building 3, Los Alamos, NM 87544, until 2:00 p.m.
Mountain Time, Thursday, February 8, 2024 for this solicitation. Clearly mark the RFP Number and
Name and Offeror on the outside of the sealed proposal, including outer envelope and/or shipping
label. The USB flash drive or CD should be clearly identified. It is the responsibility of the Offeror to
assure that the information submitted in both its written response and the electronic version are consistent
and accurate. If there is a discrepancy between what is provided on the paper document and the USB
flash drive or CD, the written paper response shall govern.
4. Directions to Procurement office:
1. Drive WEST on NM-502 to Los Alamos.
o Camino Entrada (formerly known as Airport Basin) is 0.4 miles past East Gate Drive,
just past East Entrance Park Rest Area.
2. Turn RIGHT on Camino Entrada.
o Road slopes downhill and curves to the right.
3. Take second RIGHT into driveway through gated fence (before the stone sign “Pajarito
Cliffs Site”).
The County of Los Alamos is an Equal Opportunity Employer
o Follow the signs to Building 3, the L-shaped building in the center of the complex.
o If you pass the Holiday Inn Express and the Airport, you’ve gone too far.
4. Enter glass door marked “PROCUREMENT.” See map below.
5. The Incorporated County of Los Alamos (“County”) invites Proposals from all qualified respondents.
No Proposal may be withdrawn after the scheduled closing time. Proposals will not be accepted after
the scheduled closing time. Please make note of the submittal requirements outlined in this
solicitation. Read and follow the instructions carefully. Include the required documents provided
in this RFP as part of your submittal packet. Any misinterpretation or failure to comply with the
submittal requirements could result in rejection of the proposal. Proposal preparation is at the Offeror’s
expense.
6. Any change(s) to the solicitation will be conveyed through the written addenda process. Read carefully
and follow all instructions provided on any addendum, as well as the instructions provided in the original
solicitation.
7. Any questions must be received in writing at least five (5) days prior to the date fixed for when proposals
are due.
8. County reserves the right, at its sole discretion, to accept or reject any proposals; to waive any and all
irregularities in any or all statements or proposals; to request additional information from any or all
respondents; and to award a contract to the responsible Offeror whose proposal is most beneficial to
County. While County intends to execute a contract for the services listed herein, nothing in this
document shall be interpreted as binding County to enter into a contract with any Offeror or Proposer.
9. Bids and Proposals are Public Records. Pursuant to the New Mexico Inspection of Public Records Act,
NMSA 1978, Chapter 14, Article 2, all materials submitted under this RFP/IFB shall be presumed and
considered public records. Except to the extent any information may be protected by state or federal
law, proposals shall be considered public documents and available for review and copying by the public.
10. The County contemplates a multi-term contract as a result of this RFP. The term of the contract may
be for a period of up to seven (7) years. This is the written determination of the Chief Purchasing Officer
that: such a contract will serve the best interests of the County by promoting economies in County
procurement.
11. Proposers are notified that they must propose pricing for each potential year of the contract.
12. Proposers/Offerors are informed that State law requires that all foreign corporations (NMSA 1978 §53-
17-5) and limited liability corporations (NMSA 1978 §53-19-48) procure a certificate of authority to
transact business in the state prior to transacting business in the state of New Mexico.
RFP No. 24-47
Issued by Procurement Division: C. Salazar
2
Version: 07272023
13. A Non-Mandatory Pre-Proposal Meeting will be held on Thursday, January 25, 2024 at 10:00 a.m.
Mountain Time in Room 200 of the County Municipal Building, 1000 Central Avenue, Los Alamos, NM
87544.
CONTACT INFORMATION
1. For project-specific information, contact Ernesto Gallegos, at ernesto.gallegos@lacnm.us; (505) 662-
8147.
2. For procurement process information, contact Carmela Salazar, at carmela.salazar@lacnm.us; (505)
662-8056.
3. Written questions submitted via e-mail should be sent to Carmela Salazar and copied to Ernesto
Gallegos.
4. As an additional courtesy to interested parties, this RFP and related documents may also be
downloaded from the County’s website at the address below.
https://lacnm.com/bids
NEED STATEMENT
Los Alamos County Department of Public Utilities (“DPU”) is seeking Professional Engineering services to
design and prepare construction drawings and specifications for the electric and mechanical upgrades to
the Bayo non-potable Booster station in the DPU water reuse system.
This is a brand name procurement, per Sec 31-144. The designated brand names are:
Benshaw
Allen Bradley
Miox
BACKGROUND
The Incorporated City and County of Los Alamos (“County”) is situated at the foot of the Jemez Mountains
on the Pajarito Plateau with an elevation ranging from 6,200 feet to 9,200 feet. Two distinct communities,
Los Alamos Town site and White Rock, each with its own visitor center, are home to ~19,000 people. Los
Alamos is mostly known for the historic accomplishments of its largest employer, Los Alamos National
Laboratory, and continues to gain notice for its vast scenic assets and recreational opportunities.
Visit the Los Alamos County website (www.losalamosnm.us) and the tourism website
(www.visitlosalamos.org) for more information.
ENGINEERING SERVICES
The Engineer will provide professional engineering services for a variety of electric and mechanical
upgrades to the Bayo Non-Potable Booster Station in the Los Alamos County water production system. A
summary of the improvements are provided below.
DESIGN SERVICES
1. Design Exterior Upgrades/Repairs for Non-Potable Booster Station
a. Size and relocate transformer.
b. Install new primary power feed from pole to transformer.
c. Install new meter, power panel, and disconnect.
d. Install new secondary power from transformer into booster station disconnect (480V).
e. Design new lightning protection for booster station building.
f. Add exterior LED lighting at both entrances and on the north side of the building; lights must
shine down.
g. Replace rain gutters and down spouts.
RFP No. 24-47
Issued by Procurement Division: C. Salazar
3
Version: 07272023
2. Design Interior Upgrades/Repairs for Non-Potable Booster Station
a. Install new chlorination system needed to chlorinate the effluent water from Los Alamos
Wastewater Treatment Plant. The design shall include all necessary controls, metering, chemical
feed equipment, solution piping, and control wiring. The system shall be a Miox system with dosing
pumps for 700 gpm; design for 1000 gpm. (A factory test on the chlorination system and chlorination
injection system to operate as one unit will be required.)
b. Install new at HMI SCADA system; the new SCADA system shall include an Allen Bradley 5000
series controller to fiber node.
c. The new chlorination system shall be incorporated into the new SCADA system.
d. Install new Benshaw Motor Control Center (MCC) cabinet with 2 HOA switches and controls.
e. Install new 208/120 v panel (200 Amp or sized to fit all loads).
f. Install new leads to motors from MCC’s accordingly.
g. Install new circuits for Miox generator and dosing pumps. Station circuits to include lighting,
fans/louvers, heating, and outlets.
h. Analyze HVAC for chlorine gases.
i. Install new discharge isolation valve.
j. Replace 2 new exterior pump isolation valves upstream of pumps.
k. Replace interior gate valves and check valves downstream of the pumps.
l. Reuse electrical conduits, if possible. Remove rigid conduits that are not in use.
m. Brine and chlorine tanks will be reused.
n. Paint the building interior and repair walls as needed.
o. Install new double door and frame.
p. Evaluation of miscellaneous building features to be determined and scoped by Engineer.
q. Evaluate surge protection needs.
3. Deliverables.
a. Project Design-50% Completion. Engineer shall submit, for the County’s review and approval,
project’s drawings, design analysis report, technical specifications, and preliminary opinion of cost,
for the electrical and mechanical work at the 50% complete stage.
b. Project Design-90% Completion. Engineer shall submit for the County’s review and approval, the
complete construction drawings, supplemental technical specifications, and opinion of cost for the
Consultant’s 90% submittal.
c. Project Design-100% Completion. Engineer shall submit for the County’s review and approval, the
complete construction drawings, supplemental technical specifications, and final opinion of cost for
the Consultant’s 100% submittal.
d. Contract and Design Services. Engineer shall provide within the design a Plan Development,
General Sheets, Architectural Sheets, Mechanical Sheets, Process Layout sheets (including
Chlorinator Equipment and Appurtenances), and Electrical Sheets within the design. The design
services shall also include the front-end documents as well as the supplemental technical
specifications.
e. Booster Motor Controls. Engineer shall prepare drawings and technical specifications according to
the preferred motor controls equipment, which is the Benshaw Motor Controls equipment and the
Allen Bradly PLC Series. All controllers shall be soft start and shall be sized according to the motor
size at each location. Engineer shall go to each Booster Station and inventory each motor size and
specification for the Benshaw representative to size the motor controls equipment at each site.
Engineer shall analyze the electrical main distribution power to the controls to determine if new
main disconnect means will be necessary as well as over current protection devices.
f. Data Acquisition (SCADA) Design. Engineer shall prepare drawings and technical specifications to
furnish and install SCADA equipment (PLC Display & Communication Equipment). Based on
specified equipment, Engineer shall prepare an I/O (INPUT/OUTPUT) list and P&ID list. Engineer
shall coordinate with County and existing SCADA vendor, Allen Bradly PLC Series 5000 Compact
RFP No. 24-47
Issued by Procurement Division: C. Salazar
4
Version: 07272023
Logics Controller, to prepare the P&ID list and ensure the equipment specified and engineering is
compatible with the new SCADA system. Integration of the new equipment into SCADA system is
part of the scope.
g. New Mexico Environment Department Ground Water Quality Bureau (NMED-GWQB), New Mexico
Environment Department Construction Programs Bureau (NMED-CPB) and New Mexico Finance
Authority (NMFA) Approval. Engineer shall submit the design analysis report, specifications
construction drawings and other items required to NMED-CPB, NMED-GWQB and NMFA.
Engineer shall prepare the necessary submittals, coordination, and secure written approval of the
engineering drawings and specifications prior to bidding project from all three (3) agencies. This
project will be funded by the CWSRF Loan and all documents pertaining to this loan will be
submitted by the Engineer.
h. Bidding Phase Engineering Services. Engineer shall prepare bid sheet and scope of work for
invitation for bids. Engineer shall prepare responses to technical questions received during bidding
associated with the plans and specifications. Engineer will prepare responses to include in
addendums. Engineer shall assist in evaluating bids received and provide written recommendation
of award to the successful contractor as required by the funding agency.
i. Bidding and Construction Phase Engineering Services. Engineer shall provide engineering
services during the construction for the project including, RFI review and approval, submittal review
and approval, preparation of as-built drawings and shop drawings, participate in construction
coordination meetings with successful contractor and County throughout the period of project
construction and start-up. Engineer shall perform site inspections at critical junctures and start-
up/commissioning of new equipment at the site. Engineer shall also perform construction
coordination with the County PM and compile O&M manual to the County at the end of the project.
Engineer shall prepare CID application and submit plans and specifications for CID review as well
as coordinate with successful contractor for final inspection.
INFORMATION RELATED TO THE SCOPE OF WORK
IMPORTANT DATES - The dates of the RFP process are tentatively planned as follows and may be
subject to change:
Advertise RFP
January 14, 2024
Pre-Proposal Meeting
January 25, 2024
Date Proposals are Due
February 8, 2024
Proposal Evaluation, Selection, and Contract February 9, 2024 – March 8, 2024
Preparation and Review Period
Board of Public Utilities Approval
March 20, 2024
Award Contract/Council Approval (TBD - Council March 28, 2024
Approval required for agreements of $300,000. or
greater.
PROPOSAL REVIEW AND EVALUATION
Proposals shall be handled so as to prevent disclosure of the identity of any Offeror or the contents of any
proposal to competing Offerors during the process of negotiation.
After the RFP has closed, Procurement Division staff prepares a register of proposals containing the name
of each Offeror, the number of modifications received, if any, and a description sufficient to identify the item
offered. The register of proposals is open to public inspection only after contract award. Procurement
Division staff delivers the RFP submittals to the Evaluation Committee Chairperson. The Evaluation
Committee reviews and evaluates the submittals. Interviews are only for the purpose of clarification, and
may be used for adjusting the final score. Discussions may be conducted with responsible offerors who
submit proposals determined to be reasonably likely to be selected for award for the purpose of clarification
to ensure full understanding and conformation with solicitation requirements for the purpose of obtaining
best and final offers.
RFP No. 24-47
Issued by Procurement Division: C. Salazar
5
Version: 07272023

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

University of New Mexico Press Fulfillment The University of New Mexico Press (UNMP)

University of New Mexico

Bid Due: 5/17/2024

Bid Number: 24-016 RE-BID Bid Title: GOVERNANCE CONSULTANT Category: Bids/RFP's Status: Open Publication

Otero County

Bid Due: 4/29/2024

rfp 2024-0265-PW/BT Professional Consultant and Engineering Services Regarding PER and Polyfluoroalkyl Substance (PFAS)

Santa Fe County

Bid Due: 5/24/2024

Follow Drinking Water Test Wells, Kirtland Air Force Base (KAFB), Bernalillo County, New

DEPT OF DEFENSE

Bid Due: 5/16/2024