Vista Ridge Integration Project - Design Build Services

Solicitation No. PS-00039-GC
Status: Selection Approved and Awarded
Awarded: 9/13/17
Due Date: 2:00 PM Friday, 4/7/17

Awarded Firm: Kiewit Infrastructure South, Co.

The San Antonio Water System (“SAWS”) is soliciting Statements of Qualifications (“SOQs”) from firms (“Respondents”) interested in being included on a Shortlist of potential firms from which a Design Build firm (“DB firm”) will be selected to design, perform pre-construction services, build, start-up, commission and performance test the Vista Ridge Integration Project (“Project”). This Request for Qualifications (“RFQ”) invites Respondents to submit SOQs describing in detail their technical and financial qualifications to act as the DB firm for the Project. SAWS will employ the two-step procurement process for selecting the entity that will serve as the DB firm for the Project, as provided for by Title 10, Subtitle F, Chapter 2269, Subchapter H of the Texas Government Code (“Enabling Law”). SAWS has determined that it may use the design-build contracting method, and that the design-build method is appropriate for this Project in accordance with the Enabling Law. The related design and construction services shall require a scope of service to be performed by a single, qualified and independent DB firm.

 

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 {PICK ONE} 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.  Wages to be paid on this project will be governed by the Department of Labor Wage General Decision or Decisions included in the bid documents for this project.

 

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).

 

Comply with all federal requirements applicable to the Loan (including those imposed by the 2014 Appropriations Act and related SRF Policy Guidelines) which the Participant understands includes, among other, requirements that all of the iron and steel products used in the Project are to be produced in the United States (“Buy American Requirement”) unless (i) the Participant has requested and obtained a waiver from the Agency pertaining to the Project or (ii) the Finance Authority has otherwise advised the Participant in writing that the Buy American Requirement is not applicable to the Project.

 

Comply with all record keeping and reporting requirements under the Clean Water Act, including any reports required by a Federal agency or the Finance Authority such as performance indicators of program deliverables, information on costs and project progress.  The Participant understands that (i) each contract and subcontract related to the Project is subject to audit by appropriate federal and state entities and (ii) failure to comply with the Clean Water Act and this Agreement may be a default hereunder that results in a repayment of the Loan in advance of the maturity of the Bonds and/or other remedial actions.

 

Any contract(s) awarded under this Request for Qualifications is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act, or any contract(s) awarded under this Request for Qualifications is/are subject to the American Iron and Steel (AIS) requirements of P.L. 113-235 Consolidated and Further Continuing Appropriations Act 2015.

 

For questions regarding this solicitation, technical questions or additional information, please contact Gina Cappa AND Diana Woltersdorf in writing via email at Gina.Cappa@saws.org AND Diana.Woltersdorf@saws.org no later than by 4:00 PM (CT) March 28, 2017.

 

A non-mandatory Pre-Submittal Conference is scheduled for March 24, 2017 at 3:00 PM (CT). Responses are due no later than 2:00 PM (CT), April 7, 2017. 

 

Non-Mandatory
Pre-Submittal Meeting

3:00 PM, Friday Mar. 24, 2017
San Antonio Water System Customer Service Building, 2800 U.S. Hwy 281 N, San Antonio, Texas 78212; Conference Room C-145

Notify Me

Receive updates sent straight to your inbox.

Interested Firm List

Firms who have obtained the RFQ proposal.

Downloads

Full RFQ Proposal
Note: You will be prompted to login to access the full proposal document.
Non-Mandatory Pre-Submittal Meeting Sign-In Sheet
Mar. 24, 2017
Non-Mandatory Pre-Submittal PowerPoint Presentation
Mar. 27, 2017
Addendum 2
Mar. 31, 2017
Addendum 1
Mar. 23, 2017
Addendum 3
Apr. 5, 2017
Addendum 4
Apr. 5, 2017
Submittal Summary
Apr. 7, 2017