SLED Opportunity · TEXAS · CITY OF KYLE
AI Summary
City of Kyle seeks installation services for approximately 1.2 miles of large diameter PVC water transmission main pipeline including trenchless crossings and valving.
The Work consists of the installation of approximately 1.2 miles (6,300 LF) of 30-inch and 24-inch PVC pipe extending between the City’s FM1626 Pump Station site to the Well 4 Site along TXDOT and City right-of-way. Additionally, the Work includes a 16-inch and 12-inch PVC pipe across Benner Rd. to connect the Well 4 Site to the City’s water distribution system. Work will also include the installation of all necessary valving along the transmission line and several trenchless crossings under roadways.
Geotech reports have been added to the Project Manual. TxDOT permits have been included in this addendum.
Please note the Offer Due Date has been changed to April 23rd, 2026 3:00PM.
Provide a summary of the team's interest, understanding, and qualifications to perform the services anticipated by the RFQ.
Provide a brief history and overview of your company and its organizational structure, with special emphasis on your understanding of this solicitation and how your company proposes to fulfill the needs of the City of Kyle.
Identify at least two example projects that relate to the services requested by this RFQ. Please include a brief description along with the project reference (and reference contact information).
The City of Kyle is interested in ascertaining that the successful Proposer(s) have the necessary staff and resources to take on immediate projects to ensure timely completion.
Please describe the anticipated schedule to complete the Scope of Work contained in this RFQ. The City is open to recommendations and negotiation on approach and best practice. The final timeline or schedule will be agreed upon in the final contract.
Please outline the process your organization will utilize to complete the tasks listed as part of the scope of services.
Experience and quality of personnel is of critical importance in the City of Kyle’s decision-making process for awarding this contract(s).
Please submit information regarding key staff and their roles in the organization contemplated for these services, including their experience, certifications, and/or degrees as well as applicable experience on the projects included as references.
Provide an Executive Summary that summarizes your RFP response and confirms you will comply with the requirements, provisions, terms, and conditions specified in this solicitation. Include the complete name and address of your firm, telephone number, and email address of the person the City of Kyle should contact regarding your firm’s response.
A chart or other visual representation of the project team indicating reporting structures for personnel from the primary firm that also indicates the reporting structure to primary firm of any subcontractors.
Enter the total base bid amount from price sheet.
Enter total alternate bid amount from price sheet.
Enter the total base+alternate bid amounts from price sheet.
By clicking "Please confirm" below, I represent and certify that I am submitting a binding Offer and am authorized to bind the Offeror to fully comply with the Solicitation to which I submit this Offer. I acknowledge that I have received, read, and understood the entire solicitation document packet sections, including any addenda issued, and agree to be bound by its terms.
By submitting this Offer, I certify the following statements are true now and will be for the term of any resulting contract:
Instruction. Offerors shall read and check the applicable boxes in response to both certifications below.
Reciprocal Preference. In accordance with Texas Government Code Ch. 2252.002 (see below), the City must apply a reciprocal preference to a Nonresident Bidder’s offer, consistent with the applicable preference granted by the state of the Nonresident Bidder’s principal place of business. The City will also apply a reciprocal preference to a Resident Bidder or Nonresident Bidder’s offer, consistent with the applicable preference granted by the state where the majority of the equipment, supplies and/or materials were manufactured.
Resident bidder. An Offeror whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas.
Nonresident Bidder. An Offeror that is not a Resident Bidder.
Statute: https://statutes.capitol.texas.gov/Docs/GV/htm/GV.2252.htm
Offeror IS (YES) or IS NOT (NO) a Non-resident Bidder in accordance with Texas Government Code Ch. 2252.002.
Offer INCLUDES (YES) or DOES NOT INCLUDE (NO) Equipment, Supplies and/or Materials in accordance with Texas Government Code Ch. 2252.002.
Enter the term length for the Agreement.
Example: 1 year
Enter numerical value only.
Q (Geotech Report): Can you please provide the Geotech Report as referenced on Project Manual supplementary Conditions, SC-5.03 dated September 2022.
A: Project manual has been added via addendum 1.
Q (TXDOT ROW PERMIT): Is there a TXDOT ROW Permit? What are their TCP requirements and Pipe Backfill procedures?
A: Project manual has been added via addendum 1.
Q (Alternatives): Will HDPE be allowed as an alternative material on this project?
A: HDPE will not be allowed.
Q (fiber): Can you confirm that you want 2-4” conduits for the 7100LF of the fiber run?
A: No, 2-4” conduits are not required. Outside of the steel casings, the plans call for (1) Futurepath 2-way conduit. Inside steel casings, the same Futurepath conduit shall be installed inside one 4” PVC conduit.
Q (No subject): May ductile iron pipes be used as an alternative to: Bid Item 10 – 24” Dia PVC Pipe, DR18 (235PSI) • 24” CL250 Ductile Iron Pipe Bid Item 10a – 24” Dia PVC Pipe, DR14 (305PSI) • 24” CL350 Ductile Iron Pipe Bids Item 11 – 30” Dia PVC Pipe, DR18 (235PSI) • 30” CL 250 Ductile Iron Pipe Bid Item 12 – 16” Dia PVC Pipe, DR14 (305PSI) • 16” CL350 Ductile Iron Pipe Bid Item 13 – 12” Dia PVC Pipe, DR14 (305PSI) • 12” CL350 Ductile Iron Pipe Bid Item 14 – 8” Dia PVC Pipe, DR14 (305PSI) • 8” CL350 Ductile Iron Pipe
A: Addendum 2 allows bidders to provide alternate bid prices for ductile iron pipe. Bidders are required to provide bid prices at minimum for PVC pipe. Bidders have the option to provide alternate bid prices for ductile iron piping if they chose to.
Q (No subject): Are there any: Domestic/AIS/BABA requirements on this project?
A: No
Q (lime): Asphalt and Concrete Pavement details on Sheet 1C404 show 8” lime stabilized clay if unsuitable soils are present. Do you have a preference on this lime being slurry or pebble?
A: The contractor will use lime slurry.
Q (Density Tests): Will the city be responsible for providing density testing on this project?
A: For initial tests, yes. Contractor is responsible for payment for retests due to failures.
Q (Pipe Embedment ): Is manufactured sand to be used for the conduit installation as well, can you please confirm if this is correct? In addition, what type of backfill is required for street installation or will flowable fill be required?
A: Manufactured sand can be used for conduit installation. Backfill material can be native soil and shall be free of rock cobbles, roots, sod or other organic matter. Maximum particle size shall not exceed 2-in. Flowable fill is not required.
Q (8in PVC Sewer Line Replacement): On sheet 8C210 Note 1 and sheet 8C211 Note 3: states to remove and replace 20ft of sewer line. Do we need a Bypass bid item to do this work? how much flows are in this line?
A: The estimated maximum flows in the associated sewer lines are 20 gpm. The contractor may propose by-pass pumping, pump and haul, or some other method to manage the flows during line replacement work. The method chosen by the contractor will be subsidiary to the other items of the contract.
Q (points): 1he Advertisement for Proposals (page 1 of 2) states that Contract Price is worth 40 points, but the Instructions to Proposers (page 12 of 14) states that Contract Price is worth 60 points. Please clarify.
A: "1. Contract Price 40 Points 2. Contractor's Experience and Qualifications 35 Points 3. Proposed Schedule 35 Points This is the correct scoring breakdown with the possibility of an interview for an additional 10 points at the discretion of the evaluation panel."
Q (Fiber line under UPRR): It appears the Fiber line is to be installed under the existing Railroad. What requirements, RR flagging, management and permits will be required by the Contractor?
A: The casing and pipeline crossing under the existing railroad will be installed by a separate contractor, who will also provide the required casing spacers inside the casing and the handholes on either side of the casing, outside of the UPRR right-of-way. The awarded contractor will only be responsible to run the fiber line between the handholes with no coordination anticipated with UPRR.
Q (Calendar Days):
A: Do the calendar days given include procurement time? It does not include the RFP procurement process, but will include material procurement time.
Q (Minority Requirements):
A: Is there any Minority Requirements? No
Q (Engineer's Estimate):
A: Is there an engineers estimate? The estimated budget is $15,500,000
Q (Calendar Days):
A: is there a preferred amount of calendar days for completion on this project? Work will be substantially complete in accordance with Paragraph 4.01 of the General Conditions on or within 190 calendar days. Proposer agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or within 250 calendar days following the date of Substantial Completion.
Q (Evaluation Scoring):
A: Criteria items 2 & 3 of the scoring evaluation, that scoring is subjective? How does the panel determine who is getting 35 points, or down from there? The City convenes an evaluation panel of 3-5 staff members to score proposals.
Q (Start Date):
A: What is the start date? Late June or early July is the estimated start timeframe.
Q (TxDOT Requirements):
A: TXDOT requires flowable fill backfill on all trench backfill on their streets. Will you guys be adding quantities and bid items? TXDOT has reviewed and approved the plans, including the pipeline embedment detail. No open trench installation is anticipated in TXDOT pavement. Any installation in TXDOT pavement will be completed via trenchless installation. Kohlers Crossing is a City road.
Q (Staging Area):
A: Is there a dedicated staging area established or will it be up to the contractor? There are no dedicated staging areas. Contractor will be responsible to identify and acquire any required staging areas outside of the provided easements shown on the plans.
Q (Evaluation Scoring Breakdown):
A: Page 12 of 14 in the instructions to proposers has two different scoring weight break downs, both of which differ from what was just presented. Which scoring break down will be used? 1. Contract Price – 40 Points 2. Contractor’s Experience and Qualifications – 35 Points 3. Proposed Schedule – 35 Points This is the correct scoring breakdown with the possibility of an interview for an additional 10 points at the discretion of the evaluation panel.
Q (Section 19):
A: Section 19 in the manual shows a slightly different scoring system. 1. Contract Price – 40 Points 2. Contractor’s Experience and Qualifications – 35 Points 3. Proposed Schedule – 35 Points This is the correct scoring breakdown with the possibility of an interview for an additional 10 points at the discretion of the evaluation panel.
Q (Evaluation Scoring):
A: How are the scores determined on numbers 2 and 3 of the evaluation? The City convenes an evaluation panel of 3-5 staff members to score proposals.
Q (erosion controls): Will there be an addendum to add erosion control sheets, or should contractor make an interpretation of the specs to determine each erosion control device and quantity? For example, the bid item mentions “Tree Protection” but there are no plan sheets specifying any protected trees. Additionally, sheets 1C401 thru 1C403 show details for erosion control devices but only the SCE’s are shown (on the traffic control plans)… there are no other sheets showing any of the devices detailed.
A: Bidders are responsible to determine types and quantities of erosion control devices required for the project, based on details and specifications (01 57 05) provided. All erosion control shall comply with federal, state, and local laws and regulations.
Q (staging): During the pre-bid meeting, we were advised that there is no dedicated staging area on the project. This contradicts sheets 9C101 which shows two staging areas. Please clarify.
A: Contractor can use temporary and permanent easements as they see fit. Any additional area required for staging will be the responsibility of the contractor. Within the available temporary and permanent easements, the contractor is required to protect existing infrastructure, sidewalks, fences, trees, signs, etc.
Q (Contract): Is this a lump sum or unit price bid?
A: This is a unit price bid with the intent to award all line items to one contractor.
Q (Contract): Who is responsible for the SWPPP?
A: The contractor is responsible for the SWPPP.
Q (Specifications ): Can we use native soil for utility backfill?
A: Backfill material can be native soil and shall be free of rock cobbles, roots, sod or other organic matter. Maximum particle size shall not exceed 2-in.
Q (Specifications): Do we need cathodic protection?
A: Cathodic protection is limited to coatings for ductile iron pipe and fittings, and polyethylene wrap for pipe and fittings.
Q (Spoils ): Is there a designated location to stockpile spoils, or must all material be hauled off? If there is a location, please provide an exhibit.
A: Temporary and permanent easements can be used as a location to stockpile spoils. Any other additional locations will be the contractor's responsibility.
Q (Bid opening ): Which amount will be read aloud base bid only, or base bid and alternates?
A: Base bid amount, alternative bid amount, and total base+alternate amounts will be read at the bid opening.
Q (repaving): Will contractor be required to repave the full single lane width from STA 48+00 to STA 62+00 (northernmost lane of Kohler’s Crossing), or only repave to the work area limits?
A: 2" mill and HMA Type C overlay will be required for the full northmost travel lane of Kohlers Crossing.
Q (asphalt detail): The asphalt pavement detail on sheet 1C404 differs from the Pavement Design detail shown on sheet 1C405 (detail 1). Which pavement profile is contractor to utilize along Kohler’s Crossing?
A: Along Kohler's Crossing, please utilize Detail 1 on sheet 1C405.
Q (Contingency ): Please confirm whether the Contractor is to include a contingency amount in the bid form, as no amount is currently specified and typically this value is predetermined by the Owner and not bid by the Contractor?
A: A 10% contingency should be included based on the total amount of the base bid, as shown on the bid form and described in specification 01 22 00, Bid Item 34.
Q (Concrete Barriers ): How do we get paid for the concrete barriers shown in the temp traffic control plan sheets?
A: All traffic control items should be included in the traffic control plan Bid Item 3.
Q (Pavement, Curb, Gutter, Sidewalk Repair ): Can we get seperate bid items for each of these items as the cost for each is different and therefore can not accuratley be bid under the same SF item?
A: During bidding, the items shall be bid as a lump sum. Once the contract is awarded, the contractor will be able to break up the various items as part of the schedule of values.
Q (Curb Replacement): All of the curb along Kohlers will be damaged and need to be replaced. Please consider separating the curb replacement paid by the LF instead of lumped in with the pavement repair by the SF.
A: During bidding, the items shall be bid as a lump sum. Once the contract is awarded, the contractor will be able to break up the various items as part of the schedule of values.
Q (Shared Trench): Is the fiber line in the same trench as the water line as detailed on plan sheet 1C405? Key note 4 on the fiber sheets call the fiber to be 36" below finished grade which is conflicting to the aforementioned detail.
A: Fiber line is in the same trench as the waterline as shown on sheet 1C405.
Q (Fiber Optic Handholes Detail): Please provide a detail for the Fiber Optic Handholes.
A: No detail will be provided for the fiber optic handholes. Information on the handholes is provided in Division 27 of the project manual.
Q (HOT TAP): Sheet 8C208 calls out a 16''x12'' Tapping Sleeve and Valve, how is this paid for?
A: The connection shown on sheet 8C208 is accounted for by Bid Item 17 for “Connection to Existing Pipeline” and Bid Item 26 for the valve.
Q (Contingency): Is the 10% contingency required to be bid at 10%? To avoid a loop in the formula can this be addressed elsewhere on the bid form to auto calculate 10% of the base bid?
A: Yes, contingency is limited to 10% of the base bid. Bidders can sum items 1 through 33 in the bid form, and calculate 10% of the total.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.