Harris County Department of Public Infrastructure - Architecture and Engineering Division

Similar documents
Texas Administrative Code

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CCIP ADDENDUM. Blasting or any blasting operations;

TOWN OF CUMBERLAND, RI BID #

HARRIS COUNTY. General Conditions for Building Construction and Related Work

Cherokee Nation

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Bid/Contract Insurance Requirements (Insurance Manual)

Bernards (Project Name) CCIP Insurance Manual

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

PREQUALIFICATION FORM TRADE CONTRACTOR PREQUALIFICATION FORM

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Bid/Contract Insurance Requirements (Insurance Manual)

Massport-LOGAN MODERNIZATION/CAPITAL PROGRAMS

Exhibit 1 to Part 3 Project-Specific Terms

Contractor s Insurance Requirements

Cherokee Nation

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

Alabama State Port Authority

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

Proposal No:

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

STAFF LEASING AGREEMENT

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

PROJECT SPECIFIC INSURANCE MANUAL PROJECT LIABILITY PROGRAM FOR THE PROJECT NAME

REQUEST FOR QUALIFICATIONS

INVITATION TO BID (ITB)

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

ADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

REQUEST FOR QUOTES January 7, 2019

Subcontractor Prequalification Statement

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

REQUISITION & PROPOSAL

OCIP Contract Language

REQUEST FOR SUPPLIER QUALIFICATION

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Glenwood/Bell Street Well Pump and Piping Construction

PURCHASING DEPARTMENT

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS

WEST VALLEY SANITATION DISTRICT

Subcontractor Prequalification Version /2017. Prospective Subcontractor. Re: Childers Prequalification Packet 2018

Rail Owner Controlled Insurance Program Manual

IFB Septic Tank Cleaning Page 1

Request for Proposals

Request for Proposal

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

County of Hunt STATE OF TEXAS

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

Mobile and Stationary Security Patrol Services

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

EXHIBIT G. Insurance Requirements. [with CCIP]

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

Taylor County Purchasing Agent

Uniform General Conditions for Houston Community College Building Construction Contracts (CSP Version)

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487

LAREDO INDEPENDENT SCHOOL DISTRICT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Cheyenne Wyoming RFP-17229

Request For Proposal (RFP) for

REQUISITION & PROPOSAL

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

ANNEX A Standard Special Conditions For The Salvation Army

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

VENDOR PREQUALIFICATION FORM

Transcription:

Harris County Department of Public Infrastructure - Architecture and Engineering Division Mandatory Pre-Bid Conference Agenda Project: Location: IIouston Ship Channel Security System Commissioner's Court, 9 th Floor ofthe l larris County Administration Building Time / Date: 10:00 A.M. COST Friday July 24, 2009 _.. _._----- ------------_...--- 1. Pick up handouts provided to attendees and sign mandatory Pre-Bid Sign In Sheet. One handout packet per company. 2. Doors to Be Closed at 10:00 AM. No Entry After This Time. Hold all questions until the end of the presentation. Only questions relative to what is presented today will be fielded. 3. Disclaimer: This is to advise the contractors, sub-contractors and suppliers that matters discussed during this pre-bid meeting are not absolute nor binding, except where included in a written addendum. 4. Introductions ofkey personnel: Presenter, larris County Design Team 5. Purpose: The purpose of this meeting is to inform the attendees of the following: o General information on the project and initial requirements for bidding o Foster teaming and networking for attendees. Sign in sheet copies will be provided at the end or the meeting for all attendees: additionally it will be posted to the I larris County website o Establish timeline leading up to bid submission 6. Brief Power Point and Audio Presentation for Audience (General Overview) Engineer's Estimate $8-10 Million Project Completion: By September 15,2010 7. Review Minimum Contractor Quali tications Sec Attached 8. Harris County Requirements Bonding Insurance Requirements Page 1

Prevailing Wage Rates 9. Pre-Bid Procedures: Recess until further notice Notification by Harris County when bid packets will be available Arrange for qualified contractors to pick up bid packet. Requirements: o Company attended this meeting o Transportation Worker Identification Credential (TWIC) o TX PE pocket card OR TX Private Security Bureau License issued by lx Department of Public Safety o Delivery of Executed Non-Disclosure Agreement (To be posted on Harris County Website) 10. Brief Questions and Discussion 11. Recess. (Conclusion and Distribution of Sign In Sheet). Any future clarifications will be posted to the Harris County website I Iarris County Website: www.eng.hctx.net/default.htm Page 2

HOUSTON SHIP CHANNEL SECURITY SYSTEM SENSOR AND RF NETWORK CONTRACTOR PREQUALIFICATION LIST The following are minimum prequalification items for Contractors bidding on the Houston Ship Channel Security System Sensor and RF Network project to be a responsive bidder. Project Experience: 1. The Contractor shall have a minimum of 10 years experience in construction of projects of similar type to this project, and shall have relevant experience in at least six projects of similar type and size to this project. At a minimum, the Contractor shall meet the above requirements for the design, construction, installation, integration, and maintenance of: a. Video Surveillance Systems b. IP Video Cameras c. Mega Pixel Cameras d. UPS Back Up Systems e. Local Area Networks f. Wide Area Networks g. Communications for IP video and data back hauls h. Layer 3 Switches i. Fiber and RF Data Links j. 1 Gbps Minimum Total Throughput k. Concrete Poles and Metal Truss Towers I. Control centers for video surveillance systems 2. The Contractor shall be proficient in the training of customers in operation and maintenance of electronic surveillance systems. Project Personnel: The Contractor shall meet the following personnel requirements. 1. Project Engineer must have a current P.E. license in the state of Texas with Electrical specialty 2. Project Manager and Project Engineer must have worked on at least one type of above referenced projects 3. Must have a technical person with a current Physical Security Professional certification from ASIS International 4. Must have a technical person who is a Certified Network Professional July 24, 2009 Contractor Prequalification List - 1 of 2

HOUSTON SHIP CHANNEL SECURITY SYSTEM SENSOR AND RF NETWORK Other: 5. The following three key personnel must have a Transportation Worker Identification Credential (TWIC) card: Project Manager, Project Engineer, and Field Supervisor The Contractor shall also meet the following requirements. Submittal: 1. All field personnel will require a TWIC card 2. Contractor shall submit document control methodology for Security Sensitive Information plans and specifications 3. Contractor shall establish and submit a Safety Plan The documents to be submitted shall meet the following requirements. 1. A written summary of work shall be included and shall not exceed 10 pages of 12-point font with 1-inch margins 2. An organization chart shall be included and shall not be larger than 11 inches x 17 inches 3. The documents shall contain photocopies of P.E., PSP, and TWIC certifications 4. The documents shall include a compliance checklist of project experience 5. The documents shall contain an acknowledgement of "Other" requirements 6. The summary page count shall not include cover sheet and organization chart 7. Submit three (3) copies of the above documentation July 24, 2009 Contractor Prequalification List - 2 of 2

INSTRUCTIONS TO BIDDERS BIDDING PROCEDURES IN ORDER FOR THIS BID TO BE CONSIDERED VALID, the following must be adhered to: 1. One original set of "Bid Documents" must be submitted in its entirety. (The Bid Documents precede the Divider Page in the Project Manual. For Architectural projects, the Table of Contents is not considered a Bid Document.). 2. "Bid to Commissioners' Court" sheet must be signed in duplicate, by a person authorized to sign for the Bidder. 3. Bidder must fill in the "Bid Sheet" in its entirety. 4. Bidder must submit a properly executed Bid Bond or Cashier's Check in the amount of 10% of the greatest amount bid in accordance with the "General Bond Information" and the General Conditions. 5. Bidder must sign and submit, with its bid, any addenda (cover page) issued on the project. If the addendum instructs the replacement of "Bid Documents" or "Bid Sheets", then they must be submitted in their entirety. 6. Bidder must submit with bid a Certificate of Worker's Compensation coverage. See additional insurance requirements in Item 3.02 of the General Conditions. 7. ORIGINAL SIGNATURES are required on all Bid Documents and addenda. 8. Bidder must provide a tax identification number on Front Cover of Project Manual, and company name listed on Front Cover of Project Manual must be identical to company name on W-9 form. 9. Bidder must complete and submit the Tax Information Bid Document. NOTES 1. Escalation provisions or other alterations made to this bid will render the bid invalid. j:\port_project\part i pre-bid meeting\instruct lo%.doc Rev: II Deccember 2007

officers, employees and agents. 3. All policies shall provide that a thirty (30) day written notice shall be submitted to the County Engineer, to the attention of the Contract Compliance Officer, in the event of cancellation or material change. If the coverage period shown on the Contractor's current certificate ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate with the County showing that coverage has been extended. **All certificates must contain the work description, all of the above endorsements and shall be submitted in triplicate. MINIMUM REQUIREMENTS Insurance Coverage Limits of Liability A. Commercial General Liability $300,000 Each Occurrence (Occurrence Form) including, but $1,000,000 General Aggregate not limited to, Independent $1,000,000 Products/Completed Contractor's Liability, Premises Operations Aggregate and Operation, Products Liability, $300,000 Personal Injury Completed Operations, Board $50,000 Fire Damage Form Property Damage, $5,000 Medical Expense Contractual Liability, Personal Injury Liability and if applicable to the project, coverage for watercraft, blasting, collapse, explosions, blowout, cratering, underground damage, pollution and asbestos. B. Business Automobile Liability $300,000 Combined Liability Limits, (including hired and non-owned Bodily Injury and Property Damaged coverages) Combined c. Builder's Risk (building Coverage for all risks for physical loss or construction only) damage at one hundred percent (100%) of all value as created during construction. If the contract is for the construction of a building only, the amount of the contract shall be deemed to be the insurable value. If the contract is for the construction of a building and other facilities, or if for any other reason the cost of the building to the County is not ascertainable, the County Engineer will determine the insurable value of the building. Adopted 3 June 97 10

D. Workers' Compensation and Statutory Limits Employer's Liability (including All States, U.S. Each Accident $100,000 Longshoremen, Labor Worker's Disease-Policy Limit $500,000 Act and other endorsements, if Disease-Each Employee $100,000 applicable to the Project.) In regard to Workers Compensation Coverage, the following requirements shall apply: special 1. Certificate of Coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement TWCC-81 TWCC-82 TWCC-83 or TWCC-84 showing statutory workers compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the work. Duration of the work - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("Subcontractor" Texas Labor Code in section 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor providing services on the project, for the duration of the work. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. Adopted 3 June 97 11