End Point Installation (EPI) Services For The ConnectH20 Program

Solicitation No. B-19-030-JP
Status: Selection Approved and Awarded
Awarded: 1/6/21
Due Date: 2:00 PM Wednesday, 1/22/20

Awarded Firm: Vanguard Utility Service, Inc.

THE PRE-SUBMITTAL CONFERENCE CALL PRESENTATION IS AVAILABLE FOR VIEWING AND DOWNLOAD BELOW

 

Project Estimate Range: $25M to $40M

 

REQUEST FOR COMPETITIVE SEALED PROPOSALS

(RFCSP)

 

Solicitation No. B-19-030-JP

 

Sealed proposals are being requested by the San Antonio Water System (SAWS) to procure the capabilities of an End Point Installation (EPI) vendor (Vendor, Respondent, Contractor and Offeror to be used interchangeably throughout this RFCSP) to support the installation of Advanced Metering Infrastructure (AMI) communications modules and the water meters selected by SAWS during the pilot phase and through Full System Wide Deployment (FSWD).  In addition, the EPI vendor will be required to implement its Work Order Management System (WOMS), to support End Point Installation Services activities for the Pilot, and to continue work through Full System Wide Deployment (FSWD) by mobilizing its workforce to complete the AMI communications module and meter installation across SAWS service area.

 

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-proposal Conference Call will be held at 3:00 PM (CT) on December 10, 2019. 

 

Audio Connection: (210) 233-2550

Access Code: 998 121 281

 

Calling in to participate is encouraged in order for the proposed Respondent to gain a better understanding of the project and ask relevant questions. Also, SAWS will make every effort to provide responses to the questions submitted by the deadline to submit questions on December 5, 2019 by 2:00 p.m. (CT), at this non-mandatory pre-proposal conference call.

 

For questions regarding this solicitation, technical questions or additional information, please contact Janie M. Powell, Contract Administrator, in writing via email to: Janie.Powell@saws.org or by fax to (210) 233-5351.  Initial questions will be received until 2:00 PM (CT) on December 5, 2019. Answers to the initial set of questions will be posted to the website by 4:00 PM (CT) on December 11, 2019 as a separate document or included as part of an addendum.

 

A second set of questions will be received until 2:00 PM (CT) on December 13, 2019. Answers to the second set of questions will be posted to the website by 4:00 PM (CT) on December 18, 2019 as a separate document or included as part of an addendum.  Be advised that firms responding to this RFCSP (Respondents) are prohibited from communicating with any other SAWS staff, the Consultant, the Developer, or COSA officials regarding this RFCSP up until the contract is awarded as outlined in the Instructions to Respondents.

 

Sealed proposals 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 2:00 PM (CT), January 22, 2020.  Proposals 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 on January 22, 2020 at 2:30 PM (CT). 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 proposal price.

 

This contract is contingent upon release of funds from the Texas Water Development Board (TWDB).  Any contract or contract(s) awarded under this RFCSP are expected to be funded in part by financial assistance from TWDB. Neither the U. S. Environmental Protection Agency (EPA) or the State of Texas nor any of its departments, agencies, or employees, are or will be a party to this RFCSP or any resulting contract.

 

As outlined in the General Conditions, the Bond Requirements are as follows:

 

·         Payment Bond - In accordance with Chapter 2253 of the Texas Government Code as amended, the security furnished by the Contractor through the Surety in the full amount of the Contract Sum for the protection of all persons supplying labor and material in the prosecution of the Work who properly follow statutory requirements for perfecting claims against such security. If the Contract amount does not exceed $25,000, a Payment Bond may not be required.

 

·         Performance Bond - In accordance with Chapter 2253 of the Texas Government Code as amended, the security furnished by the Contractor through the Surety in the full amount of the Contract Sum as a guaranty that the Work will be faithfully performed and completed and that the Owner will be saved harmless from all costs and damages which the Owner may suffer by reason of the Contractor's default or failure to perform the Work. If the Contract amount does not exceed $25,000, a Performance Bond may not be required.

 

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 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.

 

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.  Respondents 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.

 

SAWS has the right to reject any and all proposals.

 

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. 

 

For more details of the DBE Program and the current, applicable fair share goals, please visit

www.twdb.texas.gov/dbe.

 

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.

 

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) or construction project financed, in whole or in part, from the Drinking Water Sate Revolving Fund (DWSRF)

 

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 or a construction project under the DWSRF.

 

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.  For additional information on David-Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB Guidance No. DB-0156.

 

Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts.

Non-Mandatory
Pre-Submittal Meeting

3:00 PM, Tuesday Dec. 10, 2019
Conference Call: Audio Connection: 210.233.2550; Access Code: 998 121 281

Notify Me

Receive updates sent straight to your inbox.

Plan Holders List

View plan holders list.

Downloads

Disclaimer Form for Downloading Documents
Nov. 26, 2019
Appendix 1
Nov. 26, 2019
Appendix 2
Nov. 26, 2019
Appendix 4
Nov. 26, 2019
Appendix 5
Nov. 26, 2019
Appendix 8
Nov. 26, 2019
Appendix 10
Nov. 26, 2019
Appendix 12
Nov. 26, 2019
Appendix 14
Nov. 26, 2019
Pre-Submittal Conference Call Presentation
Dec. 10, 2019
Appendix 13
Nov. 26, 2019
Addendum 1
Dec. 5, 2019
Addendum 2
Dec. 12, 2019
Addendum 3
Dec. 18, 2019
Addendum 4
Dec. 20, 2019
EPI Pricing Workbook
Nov. 26, 2019
Note: You must be logged in to access this document.
Appendix 3
Nov. 26, 2019
Note: You must be logged in to access this document.
Appendix 6
Nov. 26, 2019
Note: You must be logged in to access this document.
Specifications
Nov. 26, 2019
Note: You must be logged in to access this document.
EPI Functional Technical Requirements
Nov. 26, 2019
Note: You must be logged in to access this document.