Naco Pump Station Improvements Project

Solicitation No. B-14-005-DD
Status: Selection Approved and Awarded
Awarded: 5/7/14
Due Date: 2:00 PM Thursday, 2/27/14
Estimated Budget: $19,007,280.00

Awarded Firm: Archer Western Construction, LLC

PER ADDENDUM #2 A NON-MANDATORY SITE VISIT WILL BE HELD FOR INFORMATION PURPOSES ONLY

ONLY FORMS IDENTIFIED ON ADDENDUM #1 MAY SUBMIT PROPOSALS FOR THIS PROJECT

Sealed proposals are requested by the San Antonio Water System for the construction of various improvements for the Naco Pump Station Improvements Project, SAWS Job No. 12-6003. The improvements include:

1. Five (5) new high service pumps for Service Level (SL) 9, concrete foundation slab, and associated piping and valves.

2. Install new SL 9 pressure relief valve on new concrete slab adjacent to the existing SL 9 pump station foundation.

3. New 5.0 million gallon (MG) concrete ground storage tank (GST) and related appurtenances.

4. Demolish existing and provide new pump station electrical equipment, in accordance with NEC Codes, including; conductors to all wells, switchgear, MCC’s, low and medium voltage wiring and SCADA controls.

5. Demolish existing gas chlorine system and provide new onsite sodium hypochlorite generation system in a new building and relocate existing fluoride feed system.

6. Install new building for the electrical equipment to contain MCCs, switchgear, power panels, SCADA panel, security panel and IS communication panel.

7. Installation of monopole antenna tower for SAWS IS communication system.

8. Replacement of all flow meters, pressure transmitters, and ball valve actuators for SL 5 and 6.

9. Paving, grading, fencing, and other miscellaneous yard piping site work as shown in the Plans.

10. Construction Site and Facility Security (during construction)

 a. On-Site Security Guard: Provide an onsite security guard during performance of the work, as specified in Section 01500.

11. All miscellaneous improvements for a complete in-place facility including all yard maintenance and site security requirements.

To view additional project information, as well as obtain the plans and specifications for this project, visit our website located at www.saws.org and click on the Business Center. Then select Bidder, Consultant, and Vendor Registration, which is located on the left-hand side of the screen. Select the Register Now button and proceed with registration. For difficulties downloading plans and specifications, contact the Contracting Department at 210-233-3372.

For questions regarding this solicitation, technical questions or additional information, please contact Diana W. Dwyer, Contract Administrator, in writing via email to: Diana.Dwyer@saws.org or by fax to (210) 233-5218 until 4:00 p.m. (CT) on February 18, 2014. Answers to the questions will be posted to the website by 4:00 p.m. (CT) on February 20, 2014 as a separate document or included as part of an addendum.

A Mandatory Pre-Proposal Site Visit will be held at 10:00 a.m. on February 11, 2014 at the San Antonio Water System’s Naco Pump Station, 13655 O’Connor Rd., San Antonio, Texas 78233. Access to the site must be through the Nacogdoches gate. Please be advised that under no circumstances shall any late or non-attendee(s) to the Mandatory Pre-Proposal Site Visit will be allowed to submit a competitive sealed proposal for the project.

Sealed proposals will be received by the Contract Administration Division, 2800 U.S. Hwy 281 North, Customer Center Building, Suite 171, San Antonio, Texas 78212, until February 27, 2014 at 2:00 p.m. Proposals will then be publicly opened and read aloud in Contract Administration, Suite 169, Customer Center Building, 2800 U.S. Hwy 281 North, San Antonio, Texas. This solicitation requires a Qualification Package, Good Faith Effort Plan, and Conflict of Interest Questionnaire, which should be included as part of the proposals and will become part of the construction documents. Each proposal must be accompanied by a cashier's check, certified check, or bid bond in an amount not less than five percent of the total price proposal. SAWS reserves the right to reject any and all proposals.

This contract is contingent upon release of funds from the Texas Water Development Board.

Any contract or contracts awarded under this Invitation for Competitive Sealed Proposals (IFCSP) are expected to be funded in part by financial assistance from the Texas Water Development Board (TWDB). Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this IFCSP or any resulting contract.

Equal Opportunity in Employment – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap, or national origin. The contractor shall carry out applicable requirements of 40CFR Part 33 in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance.

This contract is subject to the Environmental Protection Agency’s (EPA) “fair share policy”, which includes EPA-approved “fair share goals” for Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms in the Construction, Supplies, Equipment and Services procurement categories. EPA’s policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to MBE and WBE firms. Although EPA’s policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows:

 MBE: CONSTRUCTION 12.94%; SUPPLIES 9.68%; SERVICES 10.84%; EQUIPMENT 7.12%. WBE: CONSTRUCTION 8.72%; SUPPLIES 9.34%; SERVICES 5.72%; EQUIPMENT 5.39%.

All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Clean Water Sate Revolving Funds (CWSRF) or Drinking Water State Revolving Fund (DWSRF) shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code.

Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3 and 5 to implement the Davis-Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis-Bacon contract clauses set forth in that section. All grants, cooperative agreements, and loans funded under the CWSRF and DWSRF shall include the standard Davis-Bacon contract clauses found in 29 CFR 5.5(a), which shall also be incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating).

Mandatory
Pre-Submittal Meeting

10:00 AM, Tuesday Feb. 11, 2014
Naco Pump Station, 13655 O'Connor Road, San Antonio, Texas 78233. Access to the site must be through the gate on Nacogdoches Road.

Notify Me

Receive updates sent straight to your inbox.

Plan Holders List

View plan holders list.

Downloads

Mandatory Site Visit Sign-in Sheets
Feb. 11, 2014
Addendum 1
Feb. 11, 2014
Addendum 2
Feb. 14, 2014
Addendum No. 3
Feb. 20, 2014
Specifications
Feb. 5, 2014
Note: You must be logged in to access this document.
Plans
Feb. 5, 2014
Note: You must be logged in to access this document.