Wurzbach Pump Station Improvements Project

Solicitation No. CO-00239-SM
Job No. 15-6003
Status: Selection Approved and Awarded
Awarded: 12/4/18
Due Date: 2:00 PM Tuesday, 11/13/18
Estimated Budget: $14,947,157.00

Awarded Firm: Archer Western Construction, LLC

 

Deadline for Posting Answers is Extended for November 2, 2018

Bid-Opening Rescheduled for November 13, 2018 by 2:00 PM

Non-Mandatory Site Visit October 30- See Addendum 1

Sealed bids are requested by the San Antonio Water System for the construction of various improvements for the Wurzbach Pump Station Improvements Project, SAWS Job No. 15-6003. The improvements include:



1. Reconstruction of high service pumps facility including concrete foundation slab, instrumentation, motors, and associated piping and valves.
2. 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.
3. Demolish existing fluoride system and provide new fluoride system in a new building.
4. Install new building for the electrical equipment to contain MCCs, switchgear, power panels, SCADA panel, security panel and IS communication panel.
5. Paving, grading, fencing, and other miscellaneous yard piping site work as shown in the Plans.
6. 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.
7. 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 210-233-3341.

A non-mandatory pre-bid meeting will  be  held  at  3:00  PM  (CT)  on  October  24,  2018  at  the  San Antonio Water  System’s  Customer  Service  Building,  1st  floor,  Conference  Room  CR-C145, 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-bid meeting be allowed to submit a bid for the project.

A non-mandatory site visit will be held at 10:00 AM (CDT) until 12:00 PM (CDT), on October 30, 2018. Attendees shall meet at the project located at 6007 Wurzbach Road, San Antonio, Texas 78238. Questions from attendees will not be allowed.

For questions regarding this solicitation, technical questions or additional information, please contact Stella Manzello, in writing via email to: Stella.Manzello@saws.org or by fax to (210) 233-4290 until 4:00 PM (CT) on October 25,30 2018. Answers to the questions will be posted to the web site by 10:00 AM 4:00 PM (CT) on October 29  November 1  November 2, 2018 as a separate document or included as part of an addendum.  Please be advised that Bidders are prohibited from communicating with any other SAWS staff, the Consultant, the Developer, or City of San Antonio officials regarding this IFB up until the contract is awarded as outlined   in the Instructions to Bidders.

Sealed bids will be received by Counter Services in the Customer Service office across from the Guard Station, 2800 U.S. Hwy 281 North, Customer Center Building, San Antonio, Texas  78212, until 10:30 AM 2:00 PM (CT), November 9 November 13, 2018. Bids will then be publicly opened and read aloud by Contract Administration in CR-C145, Customer Center Building, 2800 U.S. Hwy 281 North, San Antonio, Texas. Each bid must be accompanied by a cashier's check, certified check, or bid bond in an amount not less than five percent of the total bid price.

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

Any contract(s) awarded under this Invitation for Bids (IFB) is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, the U.S. EPA, nor any of its departments, agencies, or employees, are or will be a party to this Invitation for Bids or any resulting contract.

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) 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.

Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF).

The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF.

For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis-Bacon covered contracts.

Any contracts or subcontracts in excess of $2,000 must include the provisions of the Davis-Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156.

Equal Opportunity in Employment – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors -- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, 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.

The San Antonio Water System has the right to reject any and all bids.  Any contract(s) awarded under   this Invitation to Bids is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts.

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%.

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 (“American Iron and Steel 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 American Iron and Steel Requirement is not applicable to the Project.

Comply with all record keeping and reporting requirements under the Clean Water Act/Safe Drinking 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/Safe Drinking 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.

 

 

 

 

 

 

Non-Mandatory
Pre-Bid Meeting

3:00 PM, Wednesday Oct. 24, 2018
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.

Plan Holders List

View plan holders list.

Downloads

Non-Mandatory Pre-Bid Sign-In sheet
Oct. 24, 2018
Non-Mandatory Pre-Bid PP Presentation
Oct. 24, 2018
Addendum 1
Oct. 29, 2018
Non-Mandatory Site Visit Sign-In sheet
Oct. 30, 2018
Addendum 2
Oct. 31, 2018
Addendum 3
Nov. 2, 2018
Addendum 4
Nov. 7, 2018
Specifications
Oct. 17, 2018
Note: You must be logged in to access this document.
Plans
Oct. 17, 2018
Note: You must be logged in to access this document.
Bid Opening Results
Nov. 13, 2018