University Pump Station Improvements Project

Solicitation No. B-14-002-DD
Status: All Bids Rejected
Due Date: 10:00 AM Friday, 5/2/14
Estimated Budget: $4,450,000.00

PROPOSAL OPENING DATE HAS CHANGED - SEE ADDENDUM #7 POSTED 4/3/14

Sealed proposals are requested by the San Antonio Water System for the construction of various improvements for the University Pump Station Improvements Project, SAWS Job No. 12-6002. The improvements include, but not limited to, the following:

1. Construction of a new ten (10) million gallon per day (MGD) high service pump to supplement the current pump capacity to the station. Work shall include, concrete foundation slab, piping, valves, flow meter and other related appurtenances.

2. Demolition of existing electrical building, electrical equipment, low and medium voltage wiring, SCADA controls, and other related appurtenances related to this work.

3. Construction of new electrical building to contain new and existing electrical equipment, MCC’s, switchgear, power panels, security, SCADA controls and other related appurtenances.

4. Installation of monopole antenna tower for SAWS Information System (IS) communication system.

5. Replace existing electrical low and medium voltage wiring, CPS transformer, and other related electrical appurtenances.

 6. Replace existing valves at various locations, two (2) vertical pump motors, and other related water appurtenances.

7. Construction of new concrete pavement driveway, automatic gate, frontage fence and gate replacement, site security, lighting, and other related appurtenances.

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.

A mandatory pre-proposal meeting will be held at 10:00 a.m. on February 28, 2014 at the San Antonio Water System’s Customer Service Building, 1st floor, Conference Room 137, 2800 U.S. Hwy 281 North, San Antonio, Texas. Please be advised that under no circumstances shall any late or non-attendee(s) to the Mandatory Pre-Proposal Meeting be allowed to submit a Proposal for the project. Immediately following the pre-proposal meeting there will be a mandatory site visit.

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 April 18, 2014. Answers to the questions will be posted to the website by 4:00 p.m. (CT) on April 23, 2014 as a separate document or included as part of an addendum.

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 10:00 a.m., May 2, 2014. 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 Bids (IFB) 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 IFB 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, Friday Feb. 28, 2014
San Antonio Water System Customer Service Building, 2800 U.S. Hwy 281 N, San Antonio, Texas 78212; Conference Room C-137

Notify Me

Receive updates sent straight to your inbox.

Plan Holders List

View plan holders list.

Downloads

Addendum 1
Feb. 17, 2014
Mandatory Pre-Proposal and Site Visit Sign In Sheet
Mar. 7, 2014
Addendum 6
Mar. 21, 2014
Addendum 7
Apr. 3, 2014
Addendum 10
Apr. 30, 2014
Addendum 11
May. 1, 2014
Addendum No. 2
Feb. 21, 2014
Addendum 3
Mar. 13, 2014
Addendum 4
Mar. 13, 2014
Addendum 5
Mar. 14, 2014
Addendum 8
Apr. 10, 2014
Addendum 9
Apr. 23, 2014
Specifications
Feb. 14, 2014
Note: You must be logged in to access this document.
Plans
Feb. 14, 2014
Note: You must be logged in to access this document.