DALLAS FORT WORTH INTERNATIONAL AIRPORT ......DFW International Airport Contract No. 9500716...
Transcript of DALLAS FORT WORTH INTERNATIONAL AIRPORT ......DFW International Airport Contract No. 9500716...
Contract No. 9500716 Page 1 of 4 Addendum No.01 Terminal A Crossover Gate 07/07/2020
DALLAS FORT WORTH INTERNATIONAL AIRPORT
ADDENDUM NO. 01
Terminal A Crossover Gate
CONTRACT NO. 9500716
July 7, 2020
The Request for Bids for the above is hereby revised as follows:
Technical Specifications Revisions
1. Specification section 01 29 85, Wage Rate Requirements dated 05/24/19 has been
replaced with the attached dated 07/02/20 and revised as detailed below:
a. General Decision Number: TX20200270, dated 3/13/2020 in this section has been updated
2. Table of Contents, Section 01 29 85, was updated on 07/02/20, reflects the updated revisions to this section
Plan Sheet Revisions
1. N/A
Schedule Revisions
1. N/A RFB Revisions
1. Appendix 1 – Bid Details, page 8 is replaced with the attached and revised Bid Details.
Solicitation Questions (Q) and Answers (A)
1. (Q) We're interested in a site visit. Please advise if one could still be scheduled.
(A) Regarding a scheduled site visit for this project: Due to the current situation with COVID-19 Pandemic and in accordance with the recommended CDC Guidelines, we are taking precautions in consideration of any potential participants and will not schedule any site visits at this time. The general project site is located in an unrestricted location along the Northbound Service Road.
Contract No. 9500716 Page 2 of 4 Addendum No.01 Terminal A Crossover Gate 07/07/2020
The associated electrical room is located within Section ‘A’ of the Terminal A Parking Garage located at the Northern third of the garage. The immediate crossover gate work area is located on the Northbound Service Road approximately four (4) miles North of Highway 183 and roughly one hundred fifty (150) feet North of Cross Under #2. Please refer to the attached exhibits to further assist with locating these project areas.
9500716- PROJECT LOCATION AERIAL
Electrical room A1102 Refer to drawings
Terminal A Crossover gate location
Contract No. 9500716 Page 3 of 4 Addendum No.01 Terminal A Crossover Gate 07/07/2020
9500716- PROJECT LOCATION MAP
North Control Plaza
Project Location (refer to page 3 of 3 of this document for details)
South Control Plaza
Contract No. 9500716 Page 4 of 4 Addendum No.01 Terminal A Crossover Gate 07/07/2020
1. (Q) Clarify Correct PNs Spec for Camera - Flir Quasar 1080P IR PTZ and accessories
to hang from pole?
(A) Camera CP630231I.
2. (Q) Clarify Correct PNs Spec for Cisco PoE 24 port network switch?
(A) WS-C3560CX-12PD-S. See Cisco notes in #1. Mounting brackets RCKMNT-19-CMPCT. All Cisco products to be ordered through Presidio, 1955 Lakeway Drive, Suite 220, Lewisville TX 75057. Provide Cisco Smartnet Onsite 24x7 throughout construction plus one year from the date of acceptance by Owner. Provide all other parts for a complete installation (power cable, cabinet mount kit, etc)
3. (Q) Clarify Correct PNs Spec for fiber optic enclosure with accessories?
(A) Enclosure to be provided by DFW. 4. (Q) For Hoffman part T503010FTTXDA, please clarify which part below is to be
provisioned for the bid: 1. A7064-Custom design for DFW complete with AC unit and customization, or 2. V0507-Custom design for DFW without cooling but with customization.
(A) Correct item is the custom unit with AC. DFW has stock of enclosures and will provide.
TABLE OF CONTENTS Section: 00 01 10
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
00 01 10 - 1 Table of Contents
Issue for Bid Revision July 02, 2020
Incorporated into the Contract Documents will be the Dallas-Fort Worth International Airport Standard Specification Book Version 2, Published December 07, 2018, and can be found at https://www.dfwairport.com/business/solicitations.
Any Section marked as “Applicable” below is hereby incorporated into the Project Manual by reference. Any Section revised or a new Section to be added to supersede the above published document are as indicated and dated below and are hereby included in the Project Manual. Any Section included in the published book that are not included in the table below are not included in the Project Manual.
Section Description Applicable Revised Added
DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS
00 01 01 Project Title Page ✓ 5/24/2019
00 01 07 Seals Page ✓ 5/24/2019
00 01 10 Table of Contents ✓ 5/24/2019
DIVISION 01 GENERAL REQUIREMENTS
01 10 01 Abbreviations, Acronyms and Definitions ✓
01 10 02 Reference Standards ✓
01 11 00 Summary of Work ✓ 9/20/2019
01 18 16 Protection of Existing Underground Utilities and Cables ✓
01 18 16.13 Utility Location Sign-Off Sheet ✓
01 18 16.14 Underground Utilities Damage Report ✓
01 21 00 Standby Time Allowance
01 21 00.01 Standby Time Work Report
01 25 13 Product Substitution Procedures ✓
01 25 13.01 Product Substitution Form ✓
01 26 13 Request for Information ✓
01 29 00 Payment Procedures ✓
01 29 73 Schedule of Values ✓
01 29 85 Wage Rate Requirements ✓ 07/02/2020
01 29 85.01 Request for Authorization of Additional Classification and Rate
✓
01 30 00 Allowances ✓ 01/31/2020
01 31 19 Project Meetings ✓
01 32 16 Schedules ✓
01 33 23 Shop Drawings, Product Data, and Samples ✓
01 33 29.06.01 Contaminated Media Management Plan ✓
01 35 13.13 Minimum Standards for Construction and Maintenance on the AOA
01 35 13.13.01 Minimum Standards for Construction and Maintenance on the AOA – Forms and Instructions
01 35 23 Hot Work Operations and Control ✓
01 35 24 Asbestos Operations and Control
01 41 26.10 Construction Air Permitting
01 41 26.13 Concrete Batch Plant and Hot Mix Asphalt Plant Permitting
01 45 16.13 Contractor Quality Control ✓
01 45 20 Non-Conformance Report ✓
01 45 29 Owners Testing Laboratory ✓
01 50 00 Temporary Facilities and Controls ✓
TABLE OF CONTENTS Section: 00 01 10
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
00 01 10 - 2 Table of Contents
Issue for Bid Revision July 02, 2020
Section Description Applicable Revised Added
01 50 00.01 Temporary Facilities and Controls – Water Request Form
01 50 13 Owner’s Field Office
01 52 00.01 Construction Signage ✓
01 52 13 Dust Control ✓
01 52 16 Haul Road
01 55 20 Contractor Use of the Parking Revenue Area ✓
01 55 20.01 Contractor Use of the Parking Revenue Area – Instructions and Forms
✓
01 55 29 Staging Areas ✓
01 57 13 Temporary Erosion and Sediment Control ✓
01 57 19 Spill Prevention Control and Countermeasure ✓
01 57 19.13 Spill Response ✓
01 57 19.13.01 Spill Response Plan Form ✓
01 66 00 Product Storage and Handling Requirements ✓
01 71 13 Mobilization ✓
01 71 14 Land Use Requirements ✓
01 71 14.01 Land Use Requirements – Application Procedures ✓
01 73 29 Cutting And Patching ✓
01 74 13 Progress Cleaning ✓
01 74 18 Concrete Waste ✓
01 74 19 Construction Waste ✓
01 74 23 Final Cleaning ✓
01 76 00 Protecting Installed Construction ✓
01 76 50 Punch List ✓
01 77 00 Closeout Procedures ✓
01 77 00.01 Closeout Procedures – System Acceptance ✓
01 78 23 Operation and Maintenance Data ✓
01 78 33.36 Bonds and Warranties ✓
01 78 39 Project Record Documents ✓
01 78 46 Extra Stock Materials
01 79 00 Demonstration and Training ✓
01 81 13 Sustainable Design Requirements ✓
01 91 00 Commissioning ✓
DIVISION 02 EXISTING CONDITIONS
02 41 19 Selective Demolition ✓ 5/24/2019
DIVISION 03 CONCRETE
03 30 00 Cast-in-place Concrete ✓ 5/24/2019
DIVISION 26 ELECTRICAL ✓
26 05 19 Low-voltage Electrical Power Conductors and Cables ✓ 5/24/2019 3/1/2019
26 05 26 Grounding and Bonding for Electrical Systems ✓ 5/24/2019 3/1/2019
26 05 29 Hangers and Supports for Electrical Systems ✓ 5/24/2019 3/1/2019
26 05 33.13 Conduits for Electrical Systems ✓ 5/24/2019
26 05 33.16 Boxes for Electrical Systems ✓ 5/24/2019
26 05 53 Identification for Electrical Systems ✓ 5/24/2019 3/1/2019
26 24 16 Panelboards ✓ 5/24/2019 3/1/2019
TABLE OF CONTENTS Section: 00 01 10
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
00 01 10 - 3 Table of Contents
Issue for Bid Revision July 02, 2020
Section Description Applicable Revised Added
DIVISION 27 COMMUNICATIONS
27 05 00 Common Work Results for Communications ✓ 5/24/2019 3/1/2019
27 05 26 Grounding and Bonding for Communications ✓ 5/24/2019 3/1/2019
27 05 28 Pathways for Communications Systems ✓ 5/24/2019 3/1/2019
27 15 00 Communications Horizontal Cabling ✓ 5/24/2019 3/1/2019
DIVISION 28 ELECTRONIC SAFETY AND SECURITY
28 23 00 Video Surveillance ✓ 5/24/2019 4/12/2019
DIVISION 31 EARTHWORK
31 11 00 Clearing and Grubbing ✓ 5/24/2019 3/1/2019
31 23 00 Excavation and Fill ✓ 5/24/2019 4/12/2019
31 25 01 Erosion and Sediment Control ✓ 5/24/2019 3/1/2019
DIVISION 32 EXTERIOR IMPROVEMENTS
32 13 13 Concrete Pavement ✓ 5/24/2019 3/1/2019
32 17 23.33 Plastic Pavement Markings (Reflectorized) ✓ 9/20/2019 9/20/2019
32 17 23.36 Plastic Pavement Markings (Prefabricated) ✓ 9/20/2019 9/20/2019
32 17 23.39 Pavement Markings (Surface Preparation) ✓ 9/20/2019 9/20/2019
32 92 19 Seeding and Sodding ✓ 5/24/2019 3/1/2019
– END OF SECTION –
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 1 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
PART 1 – GENERAL
1.1 SUMMARY
This Section includes the required forms and schedules necessary to meet the wage rate requirements for the Project.
1.2 FORMS
A. Request for Authorization of Additional Classification and Rate - Standard Form 1444
B. General Wage Decision Rates for Tarrant and Dallas County, Texas –
https://beta.sam.gov
1.3 WAGE RATES
A. United State Department of Labor (DOL) provides the required minimum wages and fringe benefits to be paid to all laborers and mechanics employed to work on this Contract, either directly under this Contract or under a related subcontract. The Contractor and all Subcontractors are required to report the actual wages paid to laborers and mechanics performing work under this Contract. The reported wages will be verified by review of the weekly payroll reports and by periodic on-site interviews conducted by the Construction Manager.
B. The Wage Determination establishes the minimum wages and fringe benefits to be paid to laborers and mechanics throughout the duration of this Contract. In no event shall these minimum wages be modified.
C. If the Work specified in this Contract requires work performed by laborers or mechanics whose job classification is not listed in the Wage Determination, the Contractor is responsible for preparing the Request for Authorization of Additional Classification and Rate Standard (Form 1444) located in Section 01 29 85.01. The latest version of Form 1444 may also be obtained at the following address:
https://www.gsa.gov/forms-library/request-authorization-additional-classification-and-rate
D. Additional copies of the latest Form 1444 may also be obtained from the Owner’s Authorized Representative (OAR). The Contractor must complete Items 3 through 15 and submit the request to the OAR prior to issuance of the Notice to Proceed (NTP) or as soon as the need for the additional classification or rate is identified, if the work has been authorized to begin.
"General Decision Number: TX20200270 03/13/2020
Superseded General Decision Number: TX20190270
State: Texas
Construction Type: Building
County: Tarrant County in Texas.
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 2 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
BUILDING CONSTRUCTION PROJECTS (does not include single
family
homes or apartments up to and including 4 stories).
Note: Under Executive Order (EO) 13658, an hourly minimum
wage
of $10.80 for calendar year 2020 applies to all contracts
subject to the Davis-Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after
January
1, 2015. If this contract is covered by the EO, the
contractor
must pay all workers in any classification listed on this
wage
determination at least $10.80 per hour (or the applicable
wage
rate listed on this wage determination, if it is higher)
for
all hours spent performing on the contract in calendar year
2020. If this contract is covered by the EO and a
classification considered necessary for performance of work
on
the contract does not appear on this wage determination,
the
contractor must pay workers in that classification at least
the
wage rate determined through the conformance process set
forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it
is
higher than the conformed wage rate). The EO minimum wage
rate
will be adjusted annually. Please note that this EO
applies to
the above-mentioned types of contracts entered into by the
federal government that are subject to the Davis-Bacon Act
itself, but it does not apply to contracts subject only to
the
Davis-Bacon Related Acts, including those set forth at 29
CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is
available
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 3 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2020
1 02/14/2020
2 03/13/2020
ASBE0021-011 06/01/2016
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (Duct, Pipe and
Mechanical System Insulation)....$ 24.32 7.52
-----------------------------------------------------------
-----
BOIL0074-003 01/01/2017
Rates Fringes
BOILERMAKER......................$ 28.00 22.35
-----------------------------------------------------------
-----
CARP1421-002 04/01/2016
Rates Fringes
MILLWRIGHT.......................$ 26.60 8.65
-----------------------------------------------------------
-----
ELEV0021-006 01/01/2020
Rates Fringes
ELEVATOR MECHANIC................$ 42.59 34.765
FOOTNOTES:
A. 6% under 5 years based on regular hourly rate for all
hours worked. 8% over 5 years based on regular hourly
rate
for all hours worked.
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 4 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
B. New Year's Day, Memorial Day, Independence Day, Labor
Day,
Thanksgiving Day, the Friday after Thanksgiving Day,
Christmas Day, and Veterans Day.
-----------------------------------------------------------
-----
ENGI0178-005 06/01/2014
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane.............$ 29.00 10.60
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above.....$ 28.75 10.60
(3) Hydraulic cranes 59
Tons and under..............$ 27.50 10.60
-----------------------------------------------------------
-----
IRON0263-005 06/01/2017
Rates Fringes
IRONWORKER (ORNAMENTAL AND
STRUCTURAL)......................$ 23.25 7.32
-----------------------------------------------------------
-----
PAIN0053-004 04/01/2014
Rates Fringes
PAINTER (Brush, Roller, and
Spray (Excludes Drywall
Finishing/Taping))...............$ 16.40 5.45
-----------------------------------------------------------
-----
* PLUM0146-003 11/01/2019
Rates Fringes
PIPEFITTER (Excludes HVAC
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 5 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
Pipe Installation)...............$ 32.53 9.50
-----------------------------------------------------------
-----
SUTX2014-048 07/21/2014
Rates Fringes
BRICKLAYER.......................$ 20.66 0.00
CARPENTER, Excludes Drywall
Hanging, Form Work, and Metal
Stud Installation................$ 15.47 1.82
CEMENT MASON/CONCRETE FINISHER...$ 13.44 0.00
DRYWALL FINISHER/TAPER...........$ 16.24 3.94
DRYWALL HANGER AND METAL STUD
INSTALLER........................$ 16.20 3.40
ELECTRICIAN (Alarm
Installation Only)...............$ 18.00 0.38
ELECTRICIAN (Low Voltage
Wiring Only).....................$ 14.88 2.15
ELECTRICIAN (Sound and
Communication Systems Only)......$ 17.79 2.41
ELECTRICIAN, Excludes Low
Voltage Wiring and
Installation of Alarms/Sound
and Communication Systems........$ 20.59 3.98
FORM WORKER......................$ 12.35 0.00
GLAZIER..........................$ 16.61 2.96
HVAC MECHANIC (HVAC Unit
Installation Only)...............$ 22.39 7.10
INSTALLER - SIDING
(METAL/ALUMINUM/VINYL)...........$ 15.77 0.00
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 6 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
IRONWORKER, REINFORCING..........$ 12.19 0.00
LABORER: Common or General......$ 11.30 0.00
LABORER: Mason Tender - Brick...$ 10.50 0.00
LABORER: Mason Tender -
Cement/Concrete..................$ 10.81 0.00
LABORER: Pipelayer..............$ 13.00 0.35
LABORER: Roof Tearoff...........$ 11.28 0.00
LABORER: Landscape and
Irrigation.......................$ 10.00 0.00
OPERATOR:
Backhoe/Excavator/Trackhoe.......$ 13.09 0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader................$ 13.93 0.00
OPERATOR: Bulldozer.............$ 18.29 1.31
OPERATOR: Drill.................$ 17.60 0.50
OPERATOR: Forklift..............$ 14.20 0.00
OPERATOR: Grader/Blade..........$ 12.95 0.00
OPERATOR: Loader................$ 12.89 1.19
OPERATOR: Mechanic..............$ 17.52 3.33
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete).........$ 18.44 0.00
OPERATOR: Roller................$ 15.04 0.00
PIPEFITTER (HVAC Pipe
Installation Only)...............$ 21.28 4.45
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 7 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
PLASTERER........................$ 15.30 0.00
PLUMBER, Excludes HVAC Pipe
Installation.....................$ 22.10 4.17
ROOFER...........................$ 15.70 0.58
SHEET METAL WORKER (HVAC Duct
Installation Only)...............$ 21.54 5.59
SHEET METAL WORKER, Excludes
HVAC Duct Installation...........$ 18.63 0.65
SPRINKLER FITTER (Fire
Sprinklers)......................$ 19.27 3.68
TILE FINISHER....................$ 11.22 0.00
TILE SETTER......................$ 12.00 0.00
TRUCK DRIVER: Dump Truck........$ 12.39 1.18
TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57
TRUCK DRIVER: Semi-Trailer
Truck............................$ 12.50 0.00
TRUCK DRIVER: Water Truck.......$ 12.00 4.11
-----------------------------------------------------------
-----
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
===========================================================
=====
Note: Executive Order (EO) 13706, Establishing Paid Sick
Leave
for Federal Contractors applies to all contracts subject to
the
Davis-Bacon Act for which the contract is awarded (and any
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 8 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
solicitation was issued) on or after January 1, 2017. If
this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for
their
own illness, injury or other health-related needs,
including
preventive care; to assist a family member (or person who
is
like family to the employee) who is ill, injured, or has
other
health-related needs, including preventive care; or for
reasons
resulting from, or to assist a family member (or person who
is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional
information
on contractor requirements and worker protections under the
EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included
within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract
clauses
(29CFR 5.5 (a) (1) (ii)).
-----------------------------------------------------------
-----
The body of each wage determination lists the
classification
and wage rates that have been found to be prevailing for
the
cited type(s) of construction in the area covered by the
wage
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 9 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
determination. The classifications are listed in
alphabetical
order of ""identifiers"" that indicate whether the
particular
rate is a union rate (current union negotiated rate for
local),
a survey rate (weighted average rate) or a union average
rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier
enclosed
in dotted lines beginning with characters other than ""SU""
or
""UAVG"" denotes that the union classification and rate
were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier
of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers.
0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next
number,
005 in the example, is an internal number used in
processing
the wage determination. 07/01/2014 is the effective date of
the
most current negotiated rate, which in this example is July
1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA)
governing
this classification and rate.
Survey Rate Identifiers
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 10 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
Classifications listed under the ""SU"" identifier indicate
that
no one rate prevailed for this classification in the survey
and
the published rate is derived by computing a weighted
average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU
indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA
indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number,
007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey
completion
date for the classifications and rates under that
identifier.
Survey wage rates are not updated and remain in effect
until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted
union
average rate. OH indicates the state. The next number, 0010
in
the example, is an internal number used in producing the
wage
determination. 08/29/2014 indicates the survey completion
date
for the classifications and rates under that identifier.
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 11 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
A UAVG rate will be updated once a year, usually in January
of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate
is
based.
-----------------------------------------------------------
-----
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This
can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position
on
a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including
requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was
conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this
initial
contact is not satisfactory, then the process described in
2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 12 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour
Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of
the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable,
an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are
final.
===========================================================
=====
END OF GENERAL DECISION"
WAGE RATE REQUIREMENTS
Section: 01 29 85
DFW International Airport Contract No. 9500716 Terminal A Crossover Gate
01 29 85 - 13 Wage Rate Requirements
Issue for Bid Revision July 2, 2020
PART 2 – PRODUCTS
Not Used.
PART 3 – EXECUTION
Not Used.
PART 4 – MEASUREMENT AND PAYMENT
Not Used.
- END OF SECTION -
Contract No. 9500716 Page 8 of 21 Version 06/08/20
Request for Bid
Appendix 1 – Bid Detail
Contract No. 9500716 TERMINAL A CROSSOVER GATE
1) This is a solicitation for bids on the construction of the project detailed in the contract documents of Appendix 5 – The Agreement. The Contractor shall be responsible for reviewing all existing conditions associated with the work prior to commencement of work activities.
2) The Board reserves the right to reject any bid for any reason, including if, on the face of the bid received, it is clear that acceptance of the bid would not comply with any applicable bidding laws, rules, or regulations.
3) The undersigned Contractor, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm, or corporation; that he has carefully examined the Bid Requirements, all incorporated references and Appendices, and the conditions and classes of materials of the Work; and will provide all the necessary supervision, labor, machinery, tools, supplies, equipment, transportation and other facilities, apparatus, and other means of construction and will do all the Work and furnish all the materials called for by such, in the manner prescribed therein and according to the requirements therein set forth, and to perform all other obligations imposed by the Contract Documents for the prices named in the Bid Schedule hereinafter appearing.
4) It is understood and agreed that if awarded the Contract, the Work will commence within ten (10) calendar days after the date of the Notice to Proceed and that the total Work will be completed in accordance with the Schedule of Construction set forth herein.
5) It is further understood that the Prevailing Wage Rates TX190270 revised 04/12/2019 TX20200270, dated
3/13/2020, issued by the Department of Labor as established by law are to govern the Work. The Contractor certifies that he has examined the wage rate determination and that prices bid are based on compliance with said determination.
6) Accompanying this Bid is the required Bid Guaranty consisting of Bid Bond or Cashiers' Check in the amount of five percent (5%) of the total Bid, or in the case of bid alternates, five percent (5%) of the highest total Bid. The certified check accompanying a Bid shall be returned to the Contractor upon execution of the Contract.
7) In the event of the award of a Contract, the undersigned will deposit with the Board a Contract Performance Bond and a Payment Bond as required by the Contract Documents, guarantying faithful performance of the Contract, and any payment of all labor, materials and other sundry items, in accordance with the Contract Documents, and will deliver certificates of insurance evidencing insurance required by the Contract Documents.
8) The Work proposed to be done shall be fully completed and finished to the entire satisfaction of the Board.
9) The undersigned certifies that the price contained in this Bid has been carefully reviewed and is submitted as correct and final.
10) In conformity with the Special Provisions, the amount of liquidated damages for this Contract shall be as shown in Article 1.0, of the Special Provisions.
11) Ancillary/Integral Professional Services – Contractor certifies that in selecting an architect, engineer or land
surveyor, etc., to provide professional services, if any, that are required by the specifications, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254-004 of the Texas Government Code.
12) Certification of compliance with the provisions of Section 2254-004 of the Texas Government
Code:(initial here)___________