AMENDMENT OF SOLICITATION

Similar documents
Dinwiddie, Goochland, Hanover, Henrico, Hopewell*, New Kent, Petersburg*, Powhatan, Prince George and Richmond* Counties in

General Decision Number: VA /05/2018 VA130. Counties: Gloucester, Hampton*, James*, Mathews, Newport

General Decision Number: SD /08/2016 SD1. Superseded General Decision Number: SD State: South Dakota

Procurement Department ADDENDUM #2

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Harrisonburg*, Henry, Highland, Lee, Lexington*, Martinsville*,

Buchanan, Buckingham, Buena Vista*, Carroll, Charlotte, Clifton. Forge*, Covington*, Craig, Cumberland, Dickenson, Floyd,

SAN ANTONIO WATER SYSTEM DSP Southeast Tank and Pump Station Project SAWS Job Nos (DSP) & Solicitation No.

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package

EXHIBIT H DAVIS BACON WAGE DETERMINATION

ONLY THE FOLLOWING LIST OF CONTRACTORS MAY SUBMIT A

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009

Section PREVAILING WAGE RATE DETERMINATION & REQUIREMENTS

ADDENDUM No. 1 ITB 4267, Arbor Oaks Park Rain Garden City of Ann Arbor Due: Wednesday, May 15, 2013 at 10:00 a.m.

Appendix I Davis-Bacon Wage Rates for Building Projects in Kansas

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE SPECIAL CONDITIONS

On-Call Airfield Construction CONTRACT NO ADDENDUM NUMBER ONE

STATE OF MARYLAND 09/18/2017 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

July 1, Houston Construction Leader:

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO.

All Users of the City of Denver Prevailing Wage Schedules. Susan Keller, Human Resources Technician, Classification & Compensation


All Users of the City of Denver Prevailing Wage Schedules. Susan Keller, Classification & Compensation, Human Resources Technician

STATE OF MARYLAND 11/01/2016 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED. Re: Arnold Elementary School Replacement Project No: 17CN-Arnold Elem

General Wage Decision No. CO Superseded General Decision No. CO Modification No. 0 Publication Date: 01/04/2019 (6 pages)

General Decision Number: TX /23/2017 TX326. Superseded General Decision Number: TX State: Texas. Construction Type: Building

2016 HEAVY / HIGHWAY DEFINITIONS

Estes, McClure & Associates, Inc. JANUARY 8, 2016 ADDENDUM NUMBER TWO TO SPECIFICATIONS FOR

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

SNOW REMOVAL SERVICES

EXHIBIT. General Decision Number: TX /05/2018 TX295. Superseded General Decision Number: TX State: Texas. Construction Type: Building

STATE OF MICHIGAN Prevailing Wages PO Box Lansing, MI Informational Sheet: Prevailing Wages on State Projects

DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VIRGINIA

FAR SUBPART 22.9 NONDISCRIMINATION BECAUSE OF AGE (FEB 1964)

Ventilation and Smoke Control Fan Upgrades ADDENDUM NUMBER ONE

All Users of the City of Denver Prevailing Wage Schedules

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction)

STATE OF MARYLAND REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

5/14 SPECIAL CONDITIONS

County of El Paso Purchasing Department 800 E. Overland Room 300 El Paso, Texas (915) / Fax: (915)

Springfield Contractors Association Construction Employment Service REGISTRY FORM

Prevailing Wage Frequently Asked Questions


Davis-Bacon Act Compliance

Basis for Award: Lowest Price. Proposal Acceptance Period: 180 days from receipt of offers. Site Visit: To be scheduled

General Decision Number: AZ /05/2018 AZ33. Superseded General Decision Number: AZ State: Arizona. Construction Type: Building

SCATTER SITES UNIT RENOVATIONS 235 PEQUONNOCK ST. UNIT#2 &8, 557 ATLANTIC ST. UNIT#105, 106, 203, 301, 302, AND 408 POPULAT ST.

All Users of the City of Denver Prevailing Wage Schedules

SCHEDULE A. Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan

General Decision Number: GA /12/2017 GA146. Superseded General Decision Number: GA State: Georgia. Construction Type: Building

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

This Addendum consists of ITEMS 1 & 2 and ATTACHMENT A which are hereby incorporated into the Bidding Documents: REVISION TO SPECIFICATIONS:

General Decision Number: WA /24/2015 WA43. Superseded General Decision Number: WA State: Washington. Construction Type: Building

Field Acquisition Office Grand Prairie, Texas 75051

Superseded General Decision Number: MD State: Maryland. Construction Type: Building. County: Montgomery County in Maryland.


Denton Boulevard Paving

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012


Heavy Construction and Wage Schedule

Heavy Construction and Wage Schedule

AGENDA ITEM NO. June 6, 2017

PART III WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT DEPARTMENT CONTRACT/SOLICITATION NO. CD5170D11

Addendum No. 2 March 20, 2018

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

General Decision Number: PA /09/2017 PA119. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

General Decision Number: FL /01/2019 FL1. Superseded General Decision Number: FL State: Florida

TELEPHONE: (215) Addendum No. 03

STATE OF MINNESOTA I. INTRODUCTION

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

Notice Inviting Informal Bids

General Decision Number: PA /03/2016 PA118. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

General Decision Number: PA /02/2015 PA110. Superseded General Decision Number: PA State: Pennsylvania. Construction Type: Building

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Invitation For Bid Amendment - #1 DESCRIPTION: Digital Marketing Services



ACCOUNTING AND APPROPRIATION DATA


PROPOSED ORDINANCE AMENDMENT. Sponsored by

KovertHawkins. a r c h i t e c t s. Addendum No Walnut Street Jeffersonville, IN

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence

REQUEST FOR WRITTEN BIDS

PART IV WAGE DETERMINATIONS

LABOR COMPLIANCE MONITORING AND ENFORCEMENT OF LABOR CODE

PUBLIC WORKS DEPARTMENT

Highlands Housing Authority

MCAS Cherry Point, North Carolina Project No

Basis for Award: Lowest Price, with Additive Items (DFARS , see page 9)

FENCING AND FENCE REPAIR

INVITATION FOR BID Bid #872 - Printing Services

SPECIFICATIONS BID NO RECLAIMED ASPHALT PAVEMENT (RAP) SCREENINGS

General Decision Number: WA /03/2017 WA100. Superseded General Decision Number: WA State: Washington

Transcription:

1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1021104 1 April 30, 2012 Improvements on Keeneland Parkway 5. REVISED OFFER SUBMISSION DUE DATE AND TIME: (Note: Unless identified below, this solicitation amendment does not change the Offer Submission Date and Time.) The date and/or time specified for receipt of offers is changed as follows: DATE: TIME: X:XXPM Local Dallas 6. REVISED PRE-BID/PROPOSAL CONFERENCE: (Note: Unless identified below, this solicitation amendment does not change the Pre-Bid/Proposal Conference, if a conference is scheduled.) The scheduled pre-bid/proposal conference: DATE: TIME: LOCATION: 7. AMENDMENT OF SOLICITATION: The Solicitation identified in Block 1, above, is hereby amended as described in Block 11, below. Except as provided herein, all other provisions of the solicitation, or as heretofore amended, remain unchanged and in full force and effect. 8. REQUIREMENT TO ACKNOWLEDGE AMENDMENT: Offerors must acknowledge receipt of this amendment prior to the deadline specified in the solicitation for receipt of offers by one of the following methods: a. By signing this amendment in Block 9, below, and returning one signed copy; b. By acknowledging receipt of this amendment on the Solicitation, Offer and Award form; or, c. By separate letter or telegram that includes a reference to this solicitation and amendment number. WARNING: Failure of an Offeror to acknowledge receipt of this Amendment, as described herein, may result in REJECTION OF THE OFFER. NOTE: For Invitations for Bids the terms "Offer" and Offeror" shall mean "Bid" and "Bidder", respectively; and for Requests for Proposals the terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation and any associated exhibits. 9. OFFEROR'S ACKNOWLEDGEMENT OF AMENDMENT: Name & Title: (Print/Type) Offeror: 10. FOR FURTHER INFORMATION CALL: Signed Acknowledgment: Date Acknowledged: / / Name: Cedric D. Seay, Contracts Specialist Telephone No.: (214) 749-2807 11. DESCRIPTION OF AMENDMENT: 1. Interested Vendors ( live sheet available at http://improutreach.seaypresents.com) 2. separator sheet for the Solicitation Offer and Award form 3. revised Exhibit S Wage Rates ****** No questions or requests for clarification were submitted as of the priority deadline of April 25, 2012 5:00pm (local Dallas time) indicated in Exhibit B s provision Questions or Requests for Clarification Concerning the Solicitation. Form 33.207 (01/06) Page 1 of 1

B-1021104: Improvements on Keeneland Parkway Amendment No. 1 Changes Item, Specification or Drawing separator sheet for the Solicitation Offer and Award form From Page To Page Descriptive Changes * * The separator sheet displayed an incorrect solicitation identification #. Remove separator sheet SOA, and replace with Amendment 1, separator sheet SOA. Exhibit S * * Remove the outdated wage rates - City of Dallas Resolution 042239, and update the wage rates with the City of Dallas Resolution 101601. Remove Exhibit S 042239, and replace with Amendment 1, Exhibit S - 101601. Page 1 of 1

Interested Vendors for DART Solicitations - 1) B-1021103 Improvements on Live Oak Street; or 2) B-1021104 Improvements on Keeneland Parkway Did you download Exhibit I [Specifications] and Exhibit J [Drawings] per the Intent to bid as a "PRIME" or indicate directions in Company Name Exhibit B? Indicate which certifications apply to your firm "MBE" or "WBE" First Name Last Name Email address Phone # trade(s) DART's sole contact for both Solicitations not applicable not applicable Cedric D. Seay cseay@dart.org 214.749.2807 Dallas Area Rapid Transit CPS Civil, LLC??? Candice Murphy candice@cpscivil.com 972.674.2950 Amtek digital plan room? not applicable Linda Gant linda@amtekusa.com? McGraw-Hill Construction digital plan room? not applicable Kristin Price kristin_price@mcgraw-hill.com 817.375.2957 Phillips May Corporation??? Miguel Salinas msalinas@phillipsmay.com 214.631.3331 Phillips May Corporation??? Yesenia Garcia yesenia@phillipsmay.com 214.631.3331 x140 214.689.3815 x164 Omega Contracting, Inc.? yes? Don Kelsey donk@azteca-omega.com North Texas Contracting, Inc.??? Kathryn King kking@ntexcon.com 817.430.9500 Ponce Contractors Inc.?? WBE Elizabeth Ponce eponce@poncecontractorsinc.com 817.868.9800 Zion Contractors, LLC??? Elizabeth Ponce eponce@zioncontractorsinc.com 817.496.3104

B-1021103 B-1021104 Improvements on Keeneland Parkway SOLICITATION, OFFER AND AWARD FORM Amendment #1

COUNCIL CHAMBER I ( 0 1 June 23, 2010 WHEREAS, for use in the solicitation and awarding of contracts for public works projects, the City Council is required by law (Article 51 59a of Vernon s Annotated Texas Statutes), to ascertain the general prevailing rate of per diem wages in the locality in which the work is performed for such public works projects; and, WHEREAS, the City obtained a detailed survey of the wages paid to laborers, workers and mechanics for work similar to that done in the City of Dallas by contractors and subcontractors doing public and private work within Dallas County, from the Associated General Contractors (AGC) of Texas; and, WHEREAS, the City utilized the information provided by the AGC survey to develop the 1997 prevailing wage rates for ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, on January 8, 1997, Resolution No. 97-0092 authorized adoption of the 1997 prevailing wage rates as the minimum acceptable on ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, on March 26, 1997, Resolution No. 97-1009 authorized adoption of the amended 1997 prevailing wage rates as the minimum acceptable on ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, on February 23, 2000, Resolution No. 00-0638 authorized adoption of the 2000 prevailing wage rates as the minimum acceptable on ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, on August ii, 2004, Resolution No. 04-2240 authorized adoption of the 2004 prevailing wage rates as the minimum acceptable on ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, the City desires to adopt the current Davis-Bacon wage rates as determined by the U.S. Department of Labor for ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work; and, WHEREAS, it is recommended that the prevailing wage rates for 2010 be established as set forth in SCHEDULE B and used by the City of Dallas as the minimum acceptable on ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work projects.

COUNCIL CHAMBER 101601 June 23, 2010 Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DALLAS: Section 1. That the attached SCHEDULE B of hourly wage rates is hereby adopted for the City of Dallas as the minimum acceptable rates of per diem wages for ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION work. Section 2. That SCHEDULE B is to become effective three weeks after the passage of this resolution and is to be included in the call for bids and the plans and specifications for the projects as outlined above, for which the City of Dallas is required to advertise for sealed bids for work specified. Section 3. That this resolution shall take effect immediately from and after its passage in accordance with the provisions of the Charter of the City of Dallas and it is accordingly so resolved. Distribution: Public Works and Transportation, Tami Wilson, OCMC, Room 101 Office of Financial Services AFj3 w CITY COUNCIL il Clty Secretary

4 4. Schedule B HighwaylHeavy Construction Prevailing Wage Rates 2010 Classification Prevailing Rate Airtool Operator $10.06 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Carpenter $12.80 Concrete Finisher- Paving $12.85 Concrete Finisher- Structures $13.27 Concrete Rubber $10.61 Electrician $18.12 Flagger $ 8.43 Form Setter - Paving & Curb $11.83 Form Builder/Setter, Structures $11.63 Laborer Common $ 9.18 Laborer- Utility $10.65 Mechanic $16.97 Oiler $14.98 Servicer $12.32 Painter- Structures $13.17 Pipe Layer $11.04 Asphalt Distributor Operator $13.99 Asphalt Paving Machine $12.78 Broom or Sweeper Operator $ 9.88 Bulldozer $13.22 Concrete Paving Curbing Machine $12.00 Concrete Paving Finishing Machine $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete Paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Slipform Machine Operator $12.33 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Foundation Drill Operator, Crawler Mount $13.67 Foundation Drill Operator, Truck Mount $16.30 Front End Loader $12.62 Milling Machine Operator, Fine Grade $1 1.83 Mixer $11.58 Motor Grader Operator, Fine Grade $1 5.20 Motor Grader Operator, Rough Grade $14.50 Pavement Marking Machine $10.04 Roller, Steel Wheel - Plant Mix Pavement $11.28

I 1 i. ; Schedule B - Prevailing Wage Rates - page 2 Roller Operator, Steel Wheel, Other Flat Wheel or Tamping $10.92 Roller Operator, Pneumatic, Self-Propelled $1 1.07 Scraper $11.42 Tractor- Crawler Type $12.60 Tractor- Pneumatic $12.91 Traveling Mixer Operator $12.03 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structures $16.29 Spreader Box Operator $10.92 Servicer $12.32 Work Zone Barricade $10.09 Truck Driver - Single Axle, Light $10.91 Truck Driver - Single Axle, Heavy $11.47 Truck Driver - Tandem Axle, Semi-Trailer $11.75 Truck Driver- Lowboy/Float $14.93 Truck Driver- Transit Mix $12.08 Welder $13.57 If the construction project involves the expenditure of federal funds of $2,000 or more, the minimum wages to be paid various classes of laborers and mechanics will be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on the project of a character similar to the contract work in the City of Dallas. Except for work on legal holidays, the General Prevailing Rate of Per Diem Wage for the various crafts or type of workers or mechanics is the product of (A) the number of hours worked per day, except for overtime hours, times (B) the above respective rate per hour. For legal holidays, the General Prevailing Rate of Per Diem Wage for the various crafts or type of workers or mechanics is the product of (A) one and one-half times the above respective rate per hour times (B) the number of hours worked on the legal holiday. The General Prevailing Rate for Overtime Work for the crafts or type of workers or mechanics is one and one-half times the above respective rate per hour. Under the provisions of Article 51 59a Vernon s Annotated Texas Statues, the contractor shall forfeit as a penalty to the entity on whose behalf the contract is made or awarded, sixty dollars ($60.00) for each laborer, worker or mechanic employed, for each calendar day, or portion thereof, such laborer, worker or mechanic is paid less than the said stipulated rates for any work under the contract, by him, or by any subcontractor under him.