SLED Opportunity · TEXAS · CITY OF KYLE

    FM 1626 Transmission Main Pipeline

    Issued by City of Kyle
    cityCity of KyleSol. 246407
    Closed
    STATUS
    Closed
    due Apr 17, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    246407
    Status
    open
    Level
    city
    Published Date
    March 16, 2026
    Due Date
    April 17, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    City of Kyle
    State
    Texas
    Agency
    City of Kyle

    Description

    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.

    Project Details

    • Reference ID: RFP-2026-063
    • Department: Water Utilities
    • Department Head: Mike Murphy (Director)

    Important Dates

    • Questions Due: 2026-04-03T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-25T19:00:00.000Z — https://teams.microsoft.com/meet/22426419329583?p=ygibJIueYKOl1DhFDU

    Addenda

    • Addendum #1 (released 2026-03-17T21:29:07.921Z) —

      Geotech reports have been added to the Project Manual. TxDOT permits have been included in this addendum.

    • Official Notice #1: Pre-Offer Conference Sign-in Sheet (released 2026-03-25T20:00:56.850Z)
    • Addendum #2 (released 2026-04-13T20:10:41.435Z) —
      1. Updates to the project manual to allow for an alternate bid item for ductile iron pipe. 
        1. These updates include the following changes to the specifications: 
          1. Measurement and Payment – revised, all changes are italicized (most of the changes are the end of the spec)
          2. Pipe and Pipe Fittings – revised, all changes are italicized (most of the changes are the end of the spec)
          3. Ductile Iron Pipe – all new.
        1. The pipe restraint detail included in the plans has been updated.
        2. The alternate bid item for ductile iron pipe has been added to the bid form.
      1. The plans were updated to add a 30"X16" tee at station 4+46.36.  The bid form was also updated to reflect the addition of gate valves associated with this connection.
      2. The plans were updated to reflect full lane width mill and 2" overlay of the north travel lane on Kohlers Xing.
      3. The bid form was updated to correct the number of connections to existing pipeline."
    • Official Notice #2: Bid Opening at 3pm 4.21.26 Video Conference (released 2026-04-21T19:54:01.689Z) —
      Microsoft Teams meeting
      Meeting ID: 269 331 686 736 82
      Passcode: 7jM36yQ6

      For organizers: Meeting options
    • Addendum #3 (released 2026-04-13T20:19:54.134Z) —

      Please note the Offer Due Date has been changed to April 23rd, 2026 3:00PM. 

    Evaluation Criteria

    • Price (40 pts)
    • Contractor's Experience and Qualifications (35 pts)
    • Proposed Schedule (25 pts)

    Submission Requirements

    • Letter of Interest and Qualifications (required)

      Provide a summary of the team's interest, understanding, and qualifications to perform the services anticipated by the RFQ.

    • Organizational Background and Overview (required)

      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.

    • Statement of Qualifications (required)

      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).

    • Availability of Staff and Resources (required)

      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.

    • Schedule (required)

      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.

    • Approach to Providing Service (required)

      Please outline the process your organization will utilize to complete the tasks listed as part of the scope of services.

    • Personnel (required)

      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.

    • Executive Summary (required)

      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. 

    • List of Authorized Contract Signatories (required)
    • Project Management Structure (required)

      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.

    • Form 1295 (optional)

      Link - https://www.ethics.state.tx.us/filinginfo/1295/

    • Enter Total Base Bid Amount (required)

      Enter the total base bid amount from price sheet.

    • Enter Total Alternate Bid Amount (required)

      Enter total alternate bid amount from price sheet.

    • Enter Total Base+Alternate Bid Amounts (required)

      Enter the total base+alternate bid amounts from price sheet.

    • Upload Complete Bid Response (required)
    • Offer and Certifications
    • Offer and Certifications Confimation (required)

      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:

      1. That my firm and its principals (collectively “we” or “us”) are not currently suspended or debarred from bidding on any Federal, State, or City of Austin Contracts.
      2. That we have not in any way directly or indirectly: 
        1. colluded, conspired, or agreed with any other person, firm, corporation, Proposer or potential Proposer to the amount of this Proposal or the terms or conditions of this Proposal. 
        2. Paid or agreed to pay any other person, firm, corporation Proposer or potential Proposer any money or anything of value in return for assistance in procuring or attempting to procure a contract or in return for establishing the prices in the attached Proposal or the Proposal of any other Proposer.
      3. That we have not received any compensation or a promise of compensation for participating in the preparation or development of the underlying Solicitation or Contract documents. In addition, we have not otherwise participated in the preparation or development of the underlying Solicitation or Contract documents, except to the extent of any comments or questions and responses in the solicitation process, which are available to all Proposers, so as to have an unfair advantage over other Proposers, provided that we may have provided relevant product or process information to a consultant in the normal course of its business.
      4. That we have not participated in the evaluation of Proposals or other decision making process for this Solicitation and, if we are awarded a Contract, no individual, agent, representative, consultant, subcontractor, or sub-consultant associated with us, who may have been involved in the evaluation or other decision making process for this Solicitation, will have any direct orindirect financial interest in the Contract, provided that we may have provided relevant product or process information to a consultant in the normal course of its business.
      5. In accordance with Chapter 176 of the Texas Local Government Code, that we: 
        1. do not have an employment or other business relationship with any local government officer of the City or a family member of that officer that results in the officer or family member receiving taxable income
        2. have not given a local government officer of the City one or more gifts, other than gifts of food, lodging, transportation, or entertainment accepted as a guest, that have an aggregate value of more than $100 in the twelve month period preceding OFFER SHEET OFFER AND CERTIFICATIONS the date the officer becomes aware of the execution of the Contract or that City is considering doing business with the Offeror; and
        3. do not have a family relationship with a local government officer of the City in the third degree of consanguinity or the second degree of affinity.
      6. Pursuant to Texas Government Code §2271.002, we verify that we do not boycott Israel and will not boycott Israel during the term of the resulting contract.
      7. Pursuant to Texas Government Code Chapter 2275, we verify that if we have remote or direct access to communication infrastructure systems, cybersecurity systems, the electric grid, hazardous waste treatment systems, or water treatment facilities as a result of any City contract, that we are not owned by or the majority of stock or other ownership interest of our firm is not held or controlled by:
        1. individuals who are citizens of China, Iran, North Korea, Russia, or a Governor-designated country; or
        2. a company or other entity, including a governmental entity, that is owned or controlled by citizens of or is directly controlled by the government of China, Iran, North Korea, Russia, or a Governor- designated country; or
        3. headquartered in China, Iran, North Korea, Russia, or a Governor-designated country.
      8. Pursuant to Texas Government Code Chapter 2274, we verify that, if we have 10 or more full-time employees: (1) we do not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the resulting contract against a firearm entity or firearm trade association.
      9. Pursuant to Texas Government Code Chapter 2276, we certify that, if we have 10 or more fulltime employees: (1) we do not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. 
    • Nonresident Bidder Provisions

      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 Hereby Certifies (required)

      Offeror IS (YES) or IS NOT (NO) a Non-resident Bidder in accordance with Texas Government Code Ch. 2252.002.

    • If “YES” is checked, provide the name of the State where Nonresident Bidder's Principle Place of Business is located. (required)
    • Offeror Hereby Certifies (required)

      Offer INCLUDES (YES) or DOES NOT INCLUDE (NO) Equipment, Supplies and/or Materials in accordance with Texas Government Code Ch. 2252.002.

    • If “YES” is checked, provide the name of the State where majority of the Equipment, Supplies and/or Materials were manufactured. (required)
    • Select the type of solicitation for your project: (required)
    • Brief Description of Service(s) or Product(s) (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Term for the Agreement (required)

      Enter the term length for the Agreement.

      Example: 1 year

    • Will the contract from this solicitation have the option for renewal? (required)
    • Enter the number of additional one-year periods the contract may be renewed for: (required)

      Enter numerical value only.

    • Is there warranty criteria for this solicitation? (required)

    Questions & Answers

    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.


    Key dates

    1. March 16, 2026Published
    2. April 17, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.