-- Stage Two Water Conservation Restrictions in Effect -- Register for Emergency Alerts at WarnCentralTexas.org -- Burn Ban in Effect Until Noon, 10/10/23 --

CLICK HERE FOR PUBLIC BIDDING NOTICES.

REQUEST FOR QUALIFICATIONS (RFQ)
CITY ATTORNEY / LEGAL SERVICES

NOTICE is hereby given that the City of Johnson City, Texas is seeking an individual attorney / law firm to provide City Attorney / Legal Services on an at will basis.  All proposals must be clearly marked “SEALED BID – RFQ 2023 CITY ATTORNEY / LEGAL SERVICES” and returned to City Hall, 303 E. Pecan Dr., Johnson City, TX 78636, by Friday, October 13, 2023 at 3:00 p.m. CST, at which time they will be publicly opened and acknowledged in the City Hall Council Chamber.  The City of Johnson City reserves the right to reject any or all proposals and to waive any and all formalities, as deemed to be in the best interest of the City.

All inquiries should be directed to Chief Administrative Officer Rick Schroder via email at rschroder@johnsoncitytx.org or by telephone at (830) 868-7111, Ext. 8.

Click HERE for a copy of the RFQ.


Advertisement and Invitation for Bids
City of Johnson City – Wastewater Line Rehabilitation Improvements – 2022
SLFRF 2021 Allocation
Project # 167-TX8005 (TX1747)

Sealed Bids, in envelopes may be submitted no later than 11 a.m. on Thursday, November 2, 2023 to Johnson City’s City Hall at the following address: 303 E. Pecan Dr., Johnson City, Texas 78636 (office phone: (830) 868-7111) and then bids will be publicly opened and read, for furnishing all labor, material and equipment and performing all work required for the construction of “Wastewater Line Rehabilitation Improvements, SLFRF Contract No. 167-TX8005”. All Bids received after the deadline of 11 a.m. on Thursday, November 2, 2023 will be returned un-opened to the Contractor.

An OPTIONAL Pre-bid Conference shall be conducted at City Hall at 11:00 a.m. on Thursday, October 12, 2023. Following the Pre-bid Conference, a site tour will be conducted. Bidders will have the opportunity to inspect the sites of the work and to inform themselves regarding all local conditions prior to submitting bids.

Bids are invited for several items and quantities of work as follows:

Improvements on Scofield Avenue:

• Core existing Wastewater Manhole, make 8 inch Wastewater line connection and regrout Manhole floor.
• 692 LF of 8 inch PVC, SDR-26 Gravity Wastewater Line
• 5 each 4 inch Wastewater Services – new or reconnections
• 4 each 48 inch diameter Wastewater Manhole
• 318 LF of Silt Fence

Pipeburst Wastewater Line:

• 1,341 LF of 6 inch HDPE, DR-17 Wastewater Line Pipe Burst
• 18 Each 4 inch Wastewater Services – new or reconnections
• Remove and Replace 1 Manhole
• 270 LF of Silt Fence
• 120 LF of weighted down Silt Sock
• Reconnect one 6 inch Wastewater Clean-Out

Alternate Bid No. 1:

• 3,000 SY overlay existing asphalt pavement on Scofield Avenue with 2 inch HMAC, Type “D” Pavement from U.S. Highway 281 to Ranchview.

Bidding Documents may be examined or obtained electronically at www.civcastusa.com (Project ID = “Wastewater Line Rehabilitation Improvements – 2022, SLFRF Contract No. 167-TX8005”) or for viewing only at City Hall located at 303 E. Pecan Drive, Johnson City, Texas 78636 or at the offices of S.D. Kallman, L.P. ~~ Engineers and Environmental Consultants, located at 1106 S. Mays, Suite 101, Round Rock, Texas 78664, Phone: 512-218-4404, Fax: 512-218-1668.

This project is being supported, in whole or in part, by federal award number 167 (TX8005) awarded to the City of Johnson City by the U.S. Department of Treasury. A bid bond in the amount of 5 percent of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Johnson City or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. The Bidder should use unit pricing.

Attention is called to the fact that not less than, the federally determined prevailing (Davis-Bacon and Related Acts) wage rate, as issued by the Texas Department of Agriculture Office of Rural Affairs and contained in the contract documents, must be paid on this project. In addition, the successful bidder must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex, sexual identity, gender identity or national origin. The City of Johnson City encourages the use of minority MBE, women (WBE) and DBE owned businesses in this project including general contractors, subcontractors and material suppliers.

The City of Johnson City reserves the right to reject any or all bids or to waive any informalities in the bidding.

Bids may be held by the City of Johnson City for a period not to exceed 60 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidders’ qualifications prior to the contract award.

All contractors/subcontractors that are debarred, suspended or otherwise excluded from or ineligible for participation on federal assistance programs may not undertake any activity in part or in full under this project. All contractors/subcontractors whose System for Award Management (Sam.gov) registration is not active or that are debarred, suspended or otherwise excluded from or ineligible for participation on federal assistance programs may not undertake any activity in part or in full under this project.

Close window