HomeMy WebLinkAboutPR 18762: SABINE NECHES WATEWAY DIRECT PIPE PROJECT WITH STRIKE, L.L.C. P. R. No. 18762
12/2/14 jj
Page 1
RESOLUTION NO.
A RESOLUTION AWARDING THE BID AND
AUTHORIZING THE EXECUTION OF A
CONTRACT FOR THE SABINE NECHES
WATERWAY DIRECT PIPE PROJECT WITH
STRIKE, L.L.C. OF THE WOODLANDS, TEXAS,
NOT TO EXCEED $16,414,828.00, ACCOUNT NO.
429-1258-532.59-00, PROJECT NO. WSI004
WHEREAS, in order to meet increased demands for water, it has been deemed necessary
that the City of Port Arthur contract for the installation of a direct pipe that crosses the Sabine-
Neches waterway; and,
WHEREAS, the Utility Operations Department, Arceneaux, Wilson & Cole LLC, and
the Purchasing Division have solicited competitive sealed bids for this project pursuant Chapter
252 of the Texas Local Government Code; and,
WHEREAS, 3 sealed bids were received; and
WHEREAS, one bid was disqualified as nonresponsive because it did not comply with
the bidding guidelines; and
WHEREAS, the responsive competitive sealed bids have been evaluated by Arceneaux,
Wilson & Cole LLC, the Utility Operations Department and the Purchasing Division (as
delineated in the Recommendation& Bid Tabulation attached as Exhibit"A"); and,
WHEREAS, STRIKE, L.L.C., of The Woodlands, Texas has submitted the lowest and
most responsive bid for this work; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the City Manager is authorized to execute the attached contract (Exhibit `B")
with STRIKE, L.L.C. in the total amount of $16,414,828.00, which includes the base amount
and the contingency amount under the contract; and,
P. R. No. 18762
12/2/14 jj
Page 2
THAT said funding for this contract is being provided to the City pursuant to the terms
of Resolution No. 12-287; and,
THAT STRIKE, LLC., will not receive a Notice To Proceed on the Sabine Neches
Direct Pipe Project until funds in the amount of$16,414,828.00 are submitted to the City; and,
THAT, such funds shall be used only to make payments as required under this contract;
and,
THAT a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ, ADOPTED AND APPROVED THIS day of , 2014
at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following
vote:
AYES: Mayor ;
Councilmembers:
NOES:
Deloris Prince
Mayor
P. R. No. 18762
12/2/14 jj
Page 3
ATTEST: APPROVED AS TO FORM:
�. /l/_4
Sherri Bellard alecia Tizeno
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
tx,r .✓
John A. Comeaux, P.E. Shawna Tubbs, CPPB
Interim City Manager Purchasing Manager
Jimm e Johnson, PhD.
Director of Utilities
APPROVED AS TO AVAILABILITY OF
FUNDS:
Deborah Echols, CPA
Director of Finance
Account No.: 429-1258-532.59-00
Project No.: WSI004
Exhibit "A"
(AW&C Recommendation& Bid Tabulation)
ARCENEAUX WILSON & COLE LLC
..■■•• A Arrencaux Wilson 6 Cole- -
AWC Engineering • Surveying • Planning
December 1, 2014
Mr. John Tomplait
Assistant Water Utilities Director
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE: RECOMMENDATION OF AWARD OF CONTRACT
SABINE-NECHES WATERWAY DIRECT PIPE
AWC Job No. CPA-655
Dear Mr. Tomplait:
On November 26, 2014 the City of Port Arthur received three (3) sealed bids for the
Sabine-Neches Waterway Direct Pipe project in Port Arthur, Texas. The bids were
opened at 10:15 am and the results read aloud in the public bid opening.
The bids received were checked for errors and tabulated. All Bidders acknowledged
receipt of Addenda No.1 and 2. All Bidders also submitted proof of Bid Surety and
Statements of Bidders Qualifications with their bids as required. No substitutions were
submitted. It was found that Strike, LLC of The Woodlands, Texas submitted the
lowest responsive Total Amount Bid in the amount of Sixteen Million, Four Hundred
Fourteen Thousand, and Eight Hundred Twenty Eight Dollars and Zero Cents
($16,414,828.00). A copy of the certified Bid Tabulation is enclosed for your
information. It should be noted that one bid received was disqualified due to the fact
that the bidder did not attend the Mandatory Pre-Bid Conference held on November 6,
2014 as required in the Contract Documents.
Based on the working history and the qualifications submitted by Strike, LLC and their
subcontractors we recommend that the City of Port Arthur award the contract for
(409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642
www.awceng.com
Mr. John Tomplait
.... ,.....%1 December 1, 2014
Arc en ray.. W1...n R Colt - 1
S 111'1Kvin
Mi1111i11{V,
Sabine-Neches Waterway Direct Pipe to Strike, LLC on the basis the lowest responsive
Total Amount Bid in the amount of Sixteen Million, Four Hundred Fourteen
Thousand, and Eight Hundred Twenty Eight Dollars and Zero Cents
($16,414,828.00). Should you have any questions or require additional information,
please contact our office.
Sincerely,
ARCENEAUX WILSON & COLE LLC
TEXAS REGISTERED ENGINEERING FIRM F-16194
Joe Yom. ilson, Jr., PE
Pres sent
Attached: Bid Tabulation
CC: Mr. John Comeaux- City of Port Arthur
Ms. Sue Polka, PE-City of Port Arthur
Mr. Jimmie Johnson—City of Port Arthur
Ms. Shawna Tubbs, CPPO, CPPB
Mr. Randy Parr—Cheniere LNG
Mr. Kirby Ducayet—Cheniere LNG
Strike, LLC
i
PAGE 2
•
s
HflsItIffl
o
n
N
•
* m C
X o ) , .6s0 .-.. (T v
•
0 0, o r ° v � 0 x , 0 m
x
7 co m a _ = c Z a _ '
N O10 opW� m �a Z .∎.
O ° Z (�D CT, 7O �' o a
Z c 3 m 3 ° m0
1D m ge y -, 0 73 - 5- 7.7 g
m m r- 0 o
z
C D `D v * aoo 0 CO c) r , a5o _1now3
„ m O ° � CO 7 0
7J r c
z
i
....g""
y
m CO
. d'J
off` 0).' a`Pt w m _H m Z Z
M. m m
1 e, 8till, cR ? ' :** --.' • �' O (n O s n (A 0
N - D D O <D Z�< -n zi
m co 3 m -c-i a •• "' Cn yo W
a O M r D (a C 0
o S o ••h„,
Z m - O EP C a
7l
4A —, C m 6 a) 3 " n
o A '* 0 —I
op O --I D m
o p
o r
a" S D m
a z
co 7
a 3 X •
v
'_co .A C
o
N
a CO -.
o 0 C)
g O o
Fi
0
0
{A tv C
a N "3 CO =
�7
O r
o z n CP
o Cn O
co r 'D
r
A D m xi
co co N o
O N c O
O o z
O
O
o
O o
0
Exhibit "B"
(Contract)
BID
TO: CITY OF PORT ARTHUR
444 4TH STREET
P.O. BOX 1089
CITY OF PORT ARTHUR, TEXAS 77640
Proposal of Strike, LLC. (hereinafter called 'BIDDER"), organized and
existing under the laws of the State of Texas,doing business as * Strike, LLC. , and
acting by and through Strike, LLC. , to the CITY OF PORT ARTHUR, Port
Arthur, Texas(hereinafter called"OWNER").
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all
work for the construction of SABINE - NECHES WATERWAY DIRECT PIPE in strict
accordance with the Contract Documents, within the time set forth in the Notice to Proceed, and
at the prices stated below, and Bidder shall enter into Contract for same within the time specified
in Contract Documents.
By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party
thereto certifies as to his own organization, that this BID has been arrived at independently,
without consultation, communication, or agreement as to any matter relating to this BID with any
other BIDDER or with any competitor.
BIDDER hereby agrees to commence WORK under this Contract on or before a date to be
specified in the Notice to Proceed and to fully complete the PROJECT within 180 consecutive
calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays,
Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as
liquidated damages, the sum of$1,500 for each consecutive calendar day thereafter including,
but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in
Section 54 of the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
Addendum No.1 11-14-14
Addendum No.2 11-17-14
*Insert"a corporation," "a partnership," or "an individual" as applicable.
BIDDER agrees to perform all the work described in the Contract Documents for the following
unit prices or lump sum:
D-1
1
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE
BASE BID ITEMS
Furnish and install all supervision, labor,
equipment, materials and supplies to
perform the work necessary to install 30-
Inch O.D. x 3-Inch W.T. SDR-11 D.1.P.S.
HDPE Product Pipe installed into 48-Inch
O.D. x 0.750-Inch W.T. Steel Casing Pipe
by Direct PipeTM Installation Method in
accordance with OWNER Drawings,
Specifications and Contract Documents.
Bid is to include Mobilization, Bonds,
Insurance and Onsite Facilities.
Contractor shall be responsible for
constructing and maintaining all work
associated with the preparation of the
entry, exit sites, pipe stringing, and the
1. 1 L.S. fabrication area, including top soil
segregation, grading/filling fill material,
gravel, flume pipes, geo-tech fabric and
timber matts. Contractor shall provide
and maintain Temporary Fencing. Traffic
Control and other protective/safety
measures to protect the public, the work
and any temporary onsite facilities.
Contractor shall restore facilities,
including but not limited to, road, fences, $ 16,414,828.00 $ 16,414,828.00
final site grading, landscaping, driveways.
Complete in Place.
u sixteen million,four hundred and fourteen thousand,
eight hundred and twenty eight dollars,and zero cents
Per Lump Sum
TOTAL AMOUNT BID $ 16,414,828.00
sixteen million,four hundred and fourteen thousand,
eight hundred and twenty eight dollars,and zero cents
D-2
SUBSTITUTIONS
1. No Bid
(Add) (Deduct) $ N/A
2. No Bid
(Add) (Deduct) $ N/A
Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount
shown in words shall govern. The above unit prices shall include all labor,materials, equipment,
bailing, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the
several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding. In addition, the OWNER reserves the right to award the
Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or
TOTAL AMOUNT BID plus any Alternate(s) described above which is most advantageous to the
OWNER.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
sixty(60) calendar days after the scheduled closing time for receiving bids.
The undersigned BIDDER hereby declares that he agrees to do the work, and that no
representations made by the Owner are in any sense a warranty, but are mere estimates for the
guidance of the Contractor.
Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract
attached within ten (10) working days and will deliver a Performance and a Payment Bond to
insure payment for all labor and materials. The bid security attached, without endorsement, in
the sum of no less than five percent (5%) of the amount bid, is to become the property of THE
CITY OF PORT ARTHUR, TEXAS, in the event the contract and bonds are not executed within
the time above set forth, as liquidated damages without limitation.
Respectfully submitted:
Strike, LLC. 1800 Hughes Landing Blvd. Suite 500, The Woodlands,TX 77380
(NAME OF CONTRACTOR) (ADDRESS)
BY: A.Cole Pate 281-362-9708
(TELEPHONE NUMBER)
TITLE: President &Chief Operating Officer N/A
(LICENSE NUMBER IF APPLICABLE)
DATE: Wednesday, November 19, 2014
a2,7,1_14.
(SEAL,IF BIDDER IS A CORPORATION) (ATT /24141/447\----
D-3
CITY OF PORT ARHTUR
EXCEPTION /APPROVED EQUAL REQUEST
[Please submit this form for each exception/approved equal]
VENDOR: N/A TELEFAX: N/A
PROJECT: N/A
PAGE: N/A of N/A PARAGRAPH: N/A
SUBJECT: N/A
REQUEST:
N/A
Signature
FOR CITY OF PORT ARTHUR USE ONLY
APPROVED: DISAPPROVED: CLARIFICATION:
REMARKS:
Signature
CITY OF PORT ARTHUR REP
D-4
AFFIDAVIT
[RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL]
All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly
authorized Officer of the company, whose signature is binding on the Bid Proposal.
The Undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur.
Further, I agree to pay succeeding debts as they become due during this agreement.
I hereby certify that I do have outstanding debts with the City of Port Arthur, and
agree to pay said debts prior to execution of this Agreement.
I hereby certify that I do have outstanding debts with the City of Port Arthur and
agree to enter into an agreement for the payment of said debts. I further agree to pay
succeeding debts as they become due.
NAME OF OFFERER: A.Cole Pate
TITLE: President and Chief Operating Officer
ADDRESS: 1800 Hughes Landing Blvd.Suite 500
CITY/STATE/ZIP: The Woodlands,TX 77380
TELEPHONE NUMBER: 281-362-9708
SIGNATURE: 0- e� A.,#—.4,
SUBSCRIBED AND SWORN to before me by the above named
on this the 2 5th day of November , 201 4 .
Not ry '.blic in and for the State of Texas
'':i'r ANfrA ,iER 03/30/2016
.�. ✓PIRES
:" 'YC,OMM
Signature : . „E;;= Marc: , :.,,s My Commission Expires:
D-5
a.oeoeau. wn:ou a tole '-;�a
A rriW C ugienyieg n
g
Panning
ADDENDUM NO. 1
November 13, 2014
SABINE NECHES WATERWAY DIRECT PIPE
City of Port Arthur
Port Arthur, Texas
Jefferson County, Texas
Job No. CPA-655
This document constitutes ADDENDUM NO. 1 to the SABINE NECHES WATERWAY DIRECT PIPE
issued for bidding by the City of Port Arthur, Port Arthur, Texas. BIDDER MUST ACKNOWLEDGE
RECEIPT OF THIS ADDENDUM ON HIS BID FORM.
SPECIFICATIONS
1. REPLACE Page 8, Paragraph Number 3.1.13 CONSTRUCTION PROCEDURES in "SECTION P"
DIRECT PIPE SCOPE OF WORK with REVISED Page 8, Paragraph Number 3.1.13
CONSTRUCTION PROCEDURES (attached).
2. REPLACE Page 15, Paragraph Number 6.1.1 DISPOSAL PLAN FOR DRILLING FLUIDS AND
CUTTINGS in "SECTION P" DIRECT PIPE SCOPE OF WORK with REVISED Page 15, Paragraph
Number 6.1.1 DISPOSAL PLAN FOR DRILLING FLUIDS AND CUTTINGS (attached).
NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY CHANGED
[END OF ADDENDUM NO. 1]
QUESTIONS AND CLARIFICATIONS:
See pages 4, 5 & 6.
ADDENDUM NO. 1, PAGE 1 OF 6
NOVEMBER 14,2014
3.1.8 The CONTRACTOR shall control the advance rate of the machine and shall balance the rate of
removal of excavated material with the rate of excavation and pipe installation to avoid
overexcavation that can lead to subsidence or underexcavation that can lead to heave.
3.1.9 If the pipeline installation does not meet the specified tolerance, the CONTRACTOR shall
correct the installation, including, if necessary, redesign of the pipeline or structures and acquisition
of necessary easements. All corrective work shall be performed by the CONTRACTOR at no
additional cost to the OWNER.
3.1.10 The CONTRACTOR shall measure, maintain and control face pressure exerted at the tunnel
heading to balance soil and groundwater pressures and prevent loss of ground, groundwater inflows,
and settlement or heave of the ground surface and formation of voids.
3.1.11 The CONTRACTOR'S operations shall prevent excessive settlement or heave of the ground.
The CONTRACTOR shall repair any damage resulting from surface settlement or heave caused by
shaft excavation, shaft dewatering, or tunneling at no additional cost to the OWNER, and will modify
any practices that caused or contributed to the ground disturbance to avoid continuing or reoccurring
problems.
3.1.12 The CONTRACTOR shall take active measures to prevent loss of ground during launch and
retrieval of the machine. Soil, groundwater or slurry inflows into the shaft during launch and retrieval
will not be permitted. A launch seal will be required.
3.1.13 The CONTRACTOR shall use a water leveling system for vertical control and a gyroscope for
horizontal control capable of measuring line and grade of boring machine to within 1-inch during
installation of Direct PipeTM. Within 200 feet of launch,the CONTRACTOR shall perform an in-pipe
optical survey to verify the elevation and alignment data received from the surveying and guidance
systems. The CONTRACTOR shall install the Direct PipeTM to within 24 inches of design line and
grade.
3.1.14 The CONTRACTOR shall use a lubrication injection system to provide continuous lubrication
of the pipeline. Lubrication material shall be pumped in sufficient volume to completely fill the
annular space around the pipeline, or that area between the outer diameter of the pipe and overcut
diameter.
3.1.15 The CONTRACTOR shall monitor the composition of the slurry during the tunneling
operations and shall keep accurate records of slurry additions, including volumes added to the slurry
tanks.
3.1.16 The CONTRACTOR shall conduct all operations such that trucks and other vehicles do not
8
ADDENDUM NO. 1,PAGE 2 OF 6
NOVEMBER 14,2014
5.0 DRILLING FLUID COMPOSITION
5.1 Drilling Fluid Composition
5.1.1 CONTRACTOR shall provide a plan with its bid describing the drilling fluid composition to be
used on this project.
5.1.2 The drilling fluid plan shall include the following information:
• Anticipated drilling fluid composition with SDSs.
• Anticipated additives with SDSs.
5.1.3 CONTRACTOR shall submit SDSs for any changes to the drilling fluid composition or use of
additives during construction for OWNER approval. OWNER shall approve any changes prior to use
of the new drilling fluid composition.
5.1.4 Any additives not included in the plan will NOT be allowed on-site or used without prior
OWNER approval.
6.0 DISPOSAL OF DRILLING FLUID AND CUTTINGS
6.1 Disposal Plan for Drilling Fluids and Cuttings
6.1.1 CONTRACTOR shall be responsible for disposal of drilling fluids and cuttings as well as
supply trucks for the hauling and disposal of the materials. Contractor shall develop and submit a
plan including the disposal location and permit status for disposal of fluids/cuttings. The plan shall
include:
• Anticipated drilling fluid composition with SDSs.
• Anticipated additives with SDSs.
• Anticipated intervals of disposing of the drilling fluid (duration between loads and volume per
load).
• Estimated quantities to be disposed.
6.2 Disposal Reporting
6.2.1 CONTRACTOR shall submit daily reports to OWNER including the following:
• Quantity of drilling fluid and cuttings hauled from drill sites.
• Bill of lading/trip ticket for each truckload.
15
ADDENDUM NO. 1,PAGE 3 OF 6
NOVEMBER 14,2014
./.
Arceneaux A� l _/l`r� Engineering
W Surveying
Planning
QUESTIONS&CLARIFICATIONS(Bidder questions/comments with answers in bold and italics)
1. Would the City of Port Arthur consider a letter of credit in lieu of a bid bond and
performance bond? No, a letter of credit will not be accepted.
2. Will AWC or the City of Port Arthur be providing any right-of-way survey services? Yes,AWC
will provide survey services.
3. Will any removed trees within right-of-way workspace be required to be replaced? If so,
what type of replacement trees will be required? After discussion with the City of Port
Arthur & the Pleasure Island Commission the only area that may require tree removal is
the exit pit at Sta. 40+87 and the few trees do not have to be replaced.
4. Do you have any additional information relative to the means that will be determined by
the City of Port Arthur for the disposal of the drilling fluid and cuttings. Should we price the
cost of disposal per the means that we, the Contractor determine in our disposal
management plan and clarify our proposal accordingly? Contractor shall be responsible for
disposal of drilling fluids and cuttings as well as supply trucks for the hauling and disposal
of the materials. Contractor shall develop and submit a plan including the disposal
location and permit status for disposal of fluids/cuttings.
5. Will the City of Port Arthur consider the closure and/or controlled damming of the Foley
Ave. outfall ditch within the right-of-way workspace in order to utilize for back string
fabrication? No, the City of Port Arthur will not allow the closure/controlled damming of
the Foley Avenue main outfall.
6. Do you have any information regarding the owner of the power line utilities, specifically the
power line with the guy wire inside of the back string workspace? Contact Phillip Scott,
Entergy Representative at 409-982-5830 for all questions regarding power lines and guy
wires related to this project.
7. Does the City of Port Arthur have an approved or specified list of required welding filler
material? No, there is no specified or approved list.
8. Is it possible, and/or do you foresee any challenges, to extend the temporary workspace
approximately 200-feet east of W. 5th Street for the duration of the project? The City of Port
Arthur, TxDOT & Drainage District No. 7 does not have a problem with extending the
temporary workspace. The Contractor must ensure that there will be no additional impact
on TxDOT& DD7 roadways&structures for the duration of this project.
9. Per Section P Technical Specification Paragraph 2.0.5 it states the Owner will provide water
source and permit. What is the location of the water source? Will the Contractor be
responsible for paying for the water used? Contractor will be responsible to obtain and pay
the deposit for the required water meter. The City of Port Arthur will provide water and
the cost of water usage for this project.
10. Section P Paragraph 2.0.7 states the Contractor shall perform a preliminary survey along the
area of influence of the tunneling operations. Is this survey only to be along the centerline
between the entry and exit points and the edges of the water? What distance either side of
ADDENDUM NO. 1,PAGE 4 OF 6
NOVEMBER 14,2014
A
Arceneaux Wilson�& Cote-----.
W T TA Engii i
ng
Manning
the centerline needs to be surveyed and at what intervals along the centerline? Contractor
should collect survey information at all structures, utilities, roadways and any other
settlement sensitive locations. Contractor should collect sufficient data to provide for
defense in the event of a claim of settlement due to tunneling activities.
11. The geotechnical report shows low strength sands, silts, and clays only, why does the
specification require a MTBM able to mine up to 17,000 psi? The geotechnical data is
limited to specific boring locations. Between borings the geotechnical conditions are likely
similar to boring results but there could be variations in the conditions including unknown I
fill or structures, or other unknown conditions. The provision referenced 3.1.18 requires
the machine to be able to digest a rock, piece of wood, unreinforced concrete, or other
hard object smaller or equal to 30% of the machine diameter and of the referenced
compressive strength.
12. What will be the distance between survey points to calculate the combination radius of
curvature? This will be calculated over each consecutive 100 foot long section of installed
pipe.
13. For the in-pipe optical survey check, there is contradiction between "Issue for Bid" drawing
and Section P, Technical Specification, the drawing states within 200-feet of entry and
Paragraph 3.1.13 it states within 100-feet of entry, which is correct? Are there any
additional in-pipe optical survey's required? Within 200 feet is correct, but contractor may
survey before reaching this point. No other in-pipe survey is specifically required but
Contractor should provide adequate survey control on gyroscopic and water-leveling
survey systems to satisfy the overall 2-foot tolerance on installation.
14. What is the minimum radius of curvature for casing pipe in launch workspace and stringing
area? 1,200 foot radius gives us a safety factor of 1.2 for free span.
15. Are the jacking loads mentioned in Section P Paragraph 2.0.10 included in the bid documents
and if not can the Installation Stress Analysis and Design of Jacking Pipe be provided to bidders
before tender close? As outlined in Plan Sheet 3, Note 20 & technical memo with stress
analysis included in bid package:Maximum allowable thrust force is 1,000 US Tons.
16. In reference to Section P Paragraph 3.1.18, will obstruction be considered if jacking loads and
advance rates are demonstrated to be significantly different from the other advance rates
along the alignment if excavation down to tunnel head is not allowed? Obstruction must be
physically documented. Variations in jacking loads and rates will not be considered cause for
payment.
17. Will a complete retraction of the tunnel head be allowed under the levee in the case of
catastrophic mechanical failure or obstruction? What measures will be required by the
Contractor if retraction is required? Though the machine can be retracted and the tunnel
filled with grout, this would be a change to our permit conditions with USACE and require
their approval of any plan developed.
ADDENDUM NO. 1, PAGE 5 OF 6
NOVEMBER 14,2014
Ar centaur Wilson & Colc--- - "
AWC Engineering
Surveying
Planning
18. In reference to Section P Paragraph 8.1.5, Is Dirax a proven tunnel product that can withstand
the anticipated forces of a Direct Pipe crossing? Dirax specification sheet states "NOTE: Dirax is
not suitable for "Push Through" applications." Will the Owner consider other applications for
joint protection other than Dirax? Contractor shall bid as according to what is listed on plans.
Alternate applications may be submitted but only after the Contract is awarded.
19. Will a launch from a Contractor designed pit be allowed? Yes, provided the Contractor meets
other geometric requirements during this process and submit prior to beginning
construction.
20. If pit launch is used, will dewatering be allowed into the local City drainage system if the
disposal water is demonstrated to be acceptable wastewater? Yes, as long as the disposal
water is deemed acceptable and approved by Owner and/or Engineer.
21. Is relocation of unidentified lines that are in conflict in the work area or launching and
receiving pit a change order item? Yes, any unidentified items will be added and paid as a
change order item.
22. Current design due to pipe height behind thruster show potential conflict with safe working
distance with overhead lines. Will relocation of the conflicting be completed prior to
construction or will this be the responsibility of the Contractor and a change order item?
Relocation will be the responsibility of the Contractor and if required, this will be considered
incidental and part of the work and not subject to change order.
23. What is the minimum allowable radius of the 48-inch casing pipe that is suspended in the air
but not yet installed?See Question#14
24. Does the 30-inch HDPE product pipe require debeading before installation?No.
25. Is the 30-inch HDPE product pipe to be grouted in place? No.
26. Is there a requirement for pre-test or post-test on either the steel casing or HDPE pipe? Yes,
see Section P — Direct Pipe Scope of Work - Paragraphs 8.0 Casing Pipe Fabrication and
Installation, 9.0 Product Pipe Fabrications and Installation, and 10.0 Hydrostatic Testing,
Inspections and Acceptance.
ADDENDUM NO. 1,PAGE 6 OF 6
NOVEMBER 14,2014
-aell -- A
Arceneaux Wilson & Cole ,�j
AVJCEngineering
Planning ADDENDUM NO. 2
Planning
November 17, 2014
SABINE NECHES WATERWAY DIRECT PIPE
City of Port Arthur
Port Arthur, Texas
Jefferson County, Texas
Job No. CPA-655
This document constitutes ADDENDUM NO. 2 to the SABINE NECHES WATERWAY DIRECT PIPE
issued for bidding by the City of Port Arthur, Port Arthur, Texas. BIDDER MUST ACKNOWLEDGE
RECEIPT OF THIS ADDENDUM ON HIS BID FORM.
SPECIFICATIONS
1. REPLACE "SECTION B" ADVERTISEMENT AND INVITATION FOR BID with the revised
"SECTION B"ADVERTISEMENT AND INVITATION FOR BID (attached). Changes included in
the revised "SECTION B" ADVERTISEMENT AND INVITATION FOR BID extended the Bid
Submission to November 26, 2014 at 10 a.m.
NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY CHANGED
[END OF ADDENDUM NO. 2]
ADDENDUM NO.2 PAGE 1 OF 4
NOVEMBER 17,2014
CITY OF PORT ARTHUR, TEXAS
ADVERTISEMENT FOR BIDS
NOTICE IS HEREBY GIVEN THAT sealed proposals, addressed to the CITY OF PORT
ARTHUR, will be received at the office of the City Secretary located on the 4th Floor of City Hall, 444
4th Street, Port Arthur, Texas, until 10:00 a.m. on Wednesday, November 26, 2014, and all bids
received will thereafter be opened and read aloud at 10:15 a.m. on Wednesday, November 26, 2014, at
City of Port Arthur City Hall 444 4th Street, 5th Floor Council Chamber, Port Arthur, Texas, for the
construction of SABINE - NECHES WATERWAY DIRECT PIPE to Serve THE CITY OF PORT ARTHUR.
Any bid received after closing time will be returned unopened.
A Cashier's check, or Certified Check, payable without recourse to the order of the City of Port
Arthur, or a bid bond with corporate surety authorized to conduct business in Texas, in an amount not
less than five percent (5%) guarantee that, if awarded the Contract, the bidder will promptly enter into a
Contract and execute Bond in the forms provided as outlined in the Specifications and instructions to
Bidders.
Copies of the PLANS AND SPECIFICATIONS and other CONTRACT DOCUMENTS are on file
at the following locations:
CITY OF PORT ARTHUR
Public Works Department or
Shawna Tubbs, CPPO, CPPB, Purchasing Manager
444 4TH Street
Port Arthur, Texas 77640
ARCENEAUX WILSON & COLE LLC
2901 Turtle Creek Drive, Suite 320
Port Arthur, Texas 77642
AGC OF SOUTHEAST TEXAS
5458 Avenue A
Beaumont, TX 77705
Please contact the office of Arceneaux Wilson & Cole LLC for instructions on how to obtain
copies of the Bid/Contract Documents at: (409) 724-7888.
The following bonds, each in the amount of one hundred percent (100%) of the Contract price,
will be required in accordance with State law as follows: (1) a payment bond for any contract in excess
of Fifty Thousand Dollars ($50,000.00); (2) a performance bond for any contract in excess of One
Hundred Thousand Dollars ($100,000.00).
Attention is called to the fact that this is a Contract for construction of public works and that there
must be paid on same not less than the general prevailing wage rates which have been established by
B-I ADDENDUM NO.2 PAGE 2 OF 4
NOVEMBER 17,2014
the City of Port Arthur, Texas, pursuant to Chapter 2258 of the Texas Government Code, as amended
and which are set out in detail in the Contract Documents. The CONTRACTOR shall forfeit as a penalty,
to the City of Port Arthur, Sixty Dollars ($60.00) for each laborer, workman or mechanic employed, for
each calendar day, or portion thereof, if such laborer, workman or mechanic is paid less than the said
stipulated rates for any work done under this Contract. The Davis-Bacon Act* is applicable to this
Contract, and the prevailing wage rates established pursuant to said Act are made a part of this Contract.
A copy of such current wage schedule is included in the Contract Documents and any applicable change
in such wage schedule shall be furnished and Equal Employment Opportunity requirements must be met.
CONTRACTOR'S attention is also directed to the equal opportunity requirements of this Contract: Title VI,
Sec.3 and E.O. 11246.
This Contract is issued by an organization which qualifies for exemption pursuant to the
provisions of Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter
151 of the Texas Tax Code. Because of the Amendments to Section 151.311 of the Tax Code made by
Section 14.07 of Chapter 5 (House Bill No. 11), 72nd Leg., 1st C.S., Acts 1991 at 188, in order for non-
consumable materials and equipment to qualify for resale to the City of Port Arthur and be exempt from
sales tax, the contract and bids must comply with the following requirements.
The bid and contract must separately identify: (1) the charges for non-consumable materials and
equipment that are permanently incorporated into the project, and (2) charges for skill, labor and
consumable materials, tools and equipment that are permanently incorporated into the project. Bidders are
required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under
the separated contract procedure.
The City of Port Arthur will issue to the CONTRACTOR a specific exemption certificate for this
Contract in order that he does not have to pay taxes on qualifying materials, equipment, or other tangible
personal property purchased for and permanently incorporated into the City of Port Arthur realty in
performing this Contract. The CONTRACTOR performing this contract must issue to his suppliers an
exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the
certificate issued to him by the City.
Lump-sum contracts, in which the above referenced charges are not separated, do not qualify for
the sales and use tax exemption.
Attention is directed to the liquidated damages provision of this Contract (Paragraph No. 54 of the
General Conditions) and the fact that rainy weather shall constitute justification for any delay in the time for
completion only under certain conditions.
B-2 ADDENDUM NO.2 PAGE 3 OF 4
NOVEMBER 17,2014
This Contract is for a SABINE - NECHES WATERWAY DIRECT PIPE project. Each project will
be specified by the City of Port Arthur in a notice to proceed. Successful Bidder shall be required to
attend Pre-Construction Conference.
BIDDER IS CAUTIONED TO READ ALL CONTRACT DOCUMENTS BEFORE SUBMITTING BID,
ESPECIALLY ITEM 18 (PRE-BID CONFERENCE) OF THE INFORMATION TO BIDDERS. ALL
BIDDERS SHALL BE REQUIRED TO ATTEND THE MANDATORY PRE-BID CONFERENCE ON:
Thursday, November 6, 2014 at 3:00 PM at the City of Port Arthur City Hall, 5`h Floor Council
Chambers, 444 4th Street, Port Arthur, TX 77640.
Per Chapter 2, Article VI, Section 2-262(c) of the City of Port Arthur's code of Ordinance, the City Council
shall not award a contract to any company that is in arrears in its obligations to the City.
The City of Port Arthur reserves the right to reject any and all bids and to waive informalities.
THE CITY OF PORT ARTHUR
BY: /s/Shawna Tubbs,CPPO, CPPB
Purchasing Manager
"Davis-Bacon Act is found at 40 U.S.C., § 276a et. seq.
1st Advertisement - October 26, 2014
2nd Advertisement - November 2, 2014
B-3 ADDENDUM NO.2 PAGE 4 OF 4
NOVEMBER 17,2014