scope of work - denver international airportbusiness.flydenver.com/bizpdf/diaad_1001.pdf · scope...

26

Upload: trandieu

Post on 21-Jun-2018

220 views

Category:

Documents


0 download

TRANSCRIPT

Page 35 Attachment 5, Scope of Work

RFP NO. (Contract Number) CONTRACT NAME DATE TBD

VI. ATTACHMENT 5, SCOPE OF WORK

SCOPE OF WORK These pages are not included in the page numbering of this contract document.

EXHIBIT A

SCOPE OF WORK FOR

THE OPERATION AND MAINTENANCE OF ASHPHALT AND CONCRETE RECYCLE FACILITY MANAGEMENT

A. INTRODUCTION Operator will operate and maintain two sites for the purposes of recycling asphalt and concrete removed from and then reused on projects at DEN. Receipt of asphalt and concrete from third parties is not allowed. Sales to third parties is allowed as described below. B. Facility Design/Construction

Aerial photos of the two recycle yards as they generally exist at the time of execution of the Agreement are attached to Exhibit A as Fig. 1-1 and Fig. 1-2. These areas are referred to as the “Recycle Yards”. Within ten (10) calendar days of receipt of Notice to Proceed, the Operator is to develop and submit to the Project Manager an engineered yard layout identifying: receiving area(s), sorting and stockpiling area(s), finished product areas, locations of office trailer(s), scale(s), entrance/exit gates, site utilities, crusher, concrete wash out pit, perimeter fence, etc. for approval. The Operator will provide any additional signage, fencing, lighting, security and safety measures necessary. Within ten (10) calendar days of receipt of an approved site layout plan the Operator will proceed with implementation of the approved layout. The Operator will provide the Project Manager with a copy of the as-built site layout. All work, equipment and materials needed to plan and implement the approved site layout plan will be at the Operator’s expense. For any structures and appurtenances that the Operator wishes to install, the Operator shall prepare and submit to the Project Manager for approval, a scaled site layout plan that identifies the location of the structure along with detail drawings and/or material information that clearly depicts the item(s) the Operator wishes to install. C. General Operation and Maintenance Requirements 1. The Operator will provide all equipment and staff necessary to operate and maintain asphalt, concrete and concrete slurry recycle facilities at DEN. This includes, but is not limited to; providing secure recycle yards, the inspection and acceptance of recyclable material from DEN, the acceptance and processing of concrete slurry, the crushing of material to meet DEN specifications, the ability to market and sell excess product to third parties, and meeting all federal, state and local laws and permit requirements to operate and maintain recycle facilities. 2. The recyclable materials are stored in a yard at 71st Avenue & Jackson Gap Street (7230 Jackson Gap Street, Denver, CO 80249) and in a yard at 110th Avenue, west of Queensberg St. (7160 N. Scottsburg Place, Denver, CO 80249) (the "Recycling Yards"). Both Recycling Yards shall be kept secure so the Operator can inspect and monitor the receipt and sales of material. 3. Ownership of materials:

a. Existing Materials are DEN property: Both raw and processed materials present in the Recycling Yards on the execution date of this contract are and shall remain the property of DEN.

This includes all raw materials that have not been sized for crushing, all sized materials that are ready for crushing and any and all materials that have been processed and are ready for sales. These materials may remain in the Recycling Yards at no charge to DEN. b. Unfinished materials are DEN Property: Raw material delivered to the Recycling Yards during the contract and any materials that is sized and ready for crushing are the property of DEN. Operator shall be paid to take delivery and size these materials; no storage fees or similar charges may be imposed on DEN for such materials. c. Processed material: Operator shall process received materials and existing sized materials into a marketable product at its own cost. Upon such processing, the materials will become the property of the Operator. d. To avoid excess accumulation of materials the Operator will be allowed to conduct third party sales subject to sales limitations as specified below.

• Market and sell limited quantities of recycled products as necessary to accommodate fluctuations in DEN material requirements.

• *Third party sales are limited to 45% of the total tons of materials produced unless the limitation must be raised to avoid excess accumulation of materials.

• DEN has been generating 100,000+/- tons of concrete rubble and 15,000+/- tons of asphalt for the past few years. The quantity of recycled material used has varied considerably, approximately 50-100k ton per year. These numbers are an approximation and DEN does not guarantee the actual quantities of rubble that will be generated or used.

e. Providing finished material to DEN, FAA, and contractors: Upon request, Operator will provide finished material to DEN, the FAA, and their contractors at rates agreed upon in this contract. Typical gradations that will be required will be, but not limited to: . Class 6 & Class 5 - CDOT Recycled Concrete Base . Class 6 & Class 5 - CDOT Recycled Asphalt Base . Class 6 & Class 5 - CDOT Recycled Comingled Base . Class 1- CDOT Structural Fill . -2" X ¾" Concrete Dry Screened Rock . -4" X 2" Concrete Dry Screened Rock . ASTM (#57/#67) Concrete Dry Screened Rock . DIA Stone (6" & 12") . 3/8" Fines . Custom orders as may be requested 4. The Operator shall develop and maintain a Quality Control Program that includes the identification of testing required for processed materials, protocols and frequency. The Quality Control Program will be submitted to DEN for approval. 5. Equipment. The Operator must enumerate and submit a list of equipment that he intends to utilize to carry out and complete the tasks of receiving, crushing and grading of concrete and asphalt materials, and selling of material to DEN or third parties. There are scales currently installed at both the 110th Avenue site and the Jackson Gap Street site. These scales are owned by DEN. The Operator shall maintain on site these scales and maintain the state certification on each. 6. Operation – The Operator will conduct business at both yards as needed to accommodate first-party, second-party and third-party sales.

1. Environmental Requirements

See Exhibit C for the full range of Environmental Controls that are the responsibility of the Operator. The Operator shall inspect and have the ability to detect contaminated materials upon the receipt of the

materials or during handling and prior to processing. Physical and chemical analyses and tests may be required to determine if the material meets the criteria set forth in State of Colorado, CDPHE, Hazardous Materials and Waste Management Division (HMWMD) regulations. The Operator shall pay for such chemical analyses and will coordinate with local authorities to determine the quantity and origin of samples analyzed for any questionable material. The Operator will provide the classification of the material to the City. Regardless of when found, contaminated materials shall either not be accepted, or, if found after acceptance, the originator shall retrieve the contaminated materials. Otherwise, the Operator will be required to dispose of them at a state approved disposal site at no cost to DEN. The Operator will be responsible for the cleanup and proper disposal of contaminated materials to an approved site.

Both recycle yards shall be kept neat and orderly. Clean dirt that accumulates from the receipt of recyclable material may be disposed of at existing stockpiles on DEN property as directed by the DEN Project Manager. Steel materials embedded in the recycled materials and salvaged shall be sold to metal recyclers when feasible. All waste materials shall be taken to Denver Arapahoe Disposal Site (DADS) as required by the Executive Order and described in Exhibit C on an as needed basis. 2. Safety Plan The Operator will develop and provide two copies of its safety program to the DEN Project Manager for review at least ten (10) days before the on-site work begins. The Operator’s program must meet at a minimum all applicable federal, state and local government requirements.

Fig. 1-1

Fig. 1-2

EXHIBIT A

SCOPE OF WORK FOR

THE OPERATION AND MAINTENANCE OF ASHPHALT AND CONCRETE RECYCLE FACILITY MANAGEMENT

A. INTRODUCTION Operator will operate and maintain two sites for the purposes of recycling asphalt and concrete removed from and then reused on projects at DEN. Receipt of asphalt and concrete from third parties is not allowed. Sales to third parties is allowed as described below. B. Facility Design/Construction

Aerial photos of the two recycle yards as they generally exist at the time of execution of the Agreement are attached to Exhibit A as Fig. 1-1 and Fig. 1-2. These areas are referred to as the “Recycle Yards”. Within ten (10) calendar days of receipt of Notice to Proceed, the Operator is to develop and submit to the Project Manager an engineered yard layout identifying: receiving area(s), sorting and stockpiling area(s), finished product areas, locations of office trailer(s), scale(s), entrance/exit gates, site utilities, crusher, concrete wash out pit, perimeter fence, etc. for approval. The Operator will provide any additional signage, fencing, lighting, security and safety measures necessary. Within ten (10) calendar days of receipt of an approved site layout plan the Operator will proceed with implementation of the approved layout. The Operator will provide the Project Manager with a copy of the as-built site layout. All work, equipment and materials needed to plan and implement the approved site layout plan will be at the Operator’s expense. For any structures and appurtenances that the Operator wishes to install, the Operator shall prepare and submit to the Project Manager for approval, a scaled site layout plan that identifies the location of the structure along with detail drawings and/or material information that clearly depicts the item(s) the Operator wishes to install. C. General Operation and Maintenance Requirements 1. The Operator will provide all equipment and staff necessary to operate and maintain asphalt, concrete and concrete slurry recycle facilities at DEN. This includes, but is not limited to; providing secure recycle yards, the inspection and acceptance of recyclable material from DEN, the acceptance and processing of concrete slurry, the crushing of material to meet DEN specifications, the ability to market and sell excess product to third parties, and meeting all federal, state and local laws and permit requirements to operate and maintain recycle facilities. 2. The recyclable materials are stored in a yard at 71st Avenue & Jackson Gap Street (7230 Jackson Gap Street, Denver, CO 80249) and in a yard at 110th Avenue, west of Queensberg St. (7160 N. Scottsburg Place, Denver, CO 80249) (the "Recycling Yards"). Both Recycling Yards shall be kept secure so the Operator can inspect and monitor the receipt and sales of material. 3. Ownership of materials:

a. Existing Materials are DEN property: Both raw and processed materials present in the Recycling Yards on the execution date of this contract are and shall remain the property of DEN.

This includes all raw materials that have not been sized for crushing, all sized materials that are ready for crushing and any and all materials that have been processed and are ready for sales. These materials may remain in the Recycling Yards at no charge to DEN. b. Unfinished materials are DEN Property: Raw material delivered to the Recycling Yards during the contract and any materials that is sized and ready for crushing are the property of DEN. Operator shall be paid to take delivery and size these materials; no storage fees or similar charges may be imposed on DEN for such materials. c. Processed material: Operator shall process received materials and existing sized materials into a marketable product at its own cost. Upon such processing, the materials will become the property of the Operator. d. To avoid excess accumulation of materials the Operator will be allowed to conduct third party sales subject to sales limitations as specified below.

• Market and sell limited quantities of recycled products as necessary to accommodate fluctuations in DEN material requirements.

• *Third party sales are limited to 45% of the total tons of materials produced unless the limitation must be raised to avoid excess accumulation of materials.

• DEN has been generating 100,000+/- tons of concrete rubble and 15,000+/- tons of asphalt for the past few years. The quantity of recycled material used has varied considerably, approximately 50-100k ton per year. These numbers are an approximation and DEN does not guarantee the actual quantities of rubble that will be generated or used.

e. Providing finished material to DEN, FAA, and contractors: Upon request, Operator will provide finished material to DEN, the FAA, and their contractors at rates agreed upon in this contract. Typical gradations that will be required will be, but not limited to: . Class 6 & Class 5 - CDOT Recycled Concrete Base . Class 6 & Class 5 - CDOT Recycled Asphalt Base . Class 6 & Class 5 - CDOT Recycled Comingled Base . Class 1- CDOT Structural Fill . -2" X ¾" Concrete Dry Screened Rock . -4" X 2" Concrete Dry Screened Rock . ASTM (#57/#67) Concrete Dry Screened Rock . DIA Stone (6" & 12") . 3/8" Fines . Custom orders as may be requested 4. The Operator shall develop and maintain a Quality Control Program that includes the identification of testing required for processed materials, protocols and frequency. The Quality Control Program will be submitted to DEN for approval. 5. Equipment. The Operator must enumerate and submit a list of equipment that he intends to utilize to carry out and complete the tasks of receiving, crushing and grading of concrete and asphalt materials, and selling of material to DEN or third parties. There are scales currently installed at both the 110th Avenue site and the Jackson Gap Street site. These scales are owned by DEN. The Operator shall maintain on site these scales and maintain the state certification on each. 6. Operation – The Operator will conduct business at both yards as needed to accommodate first-party, second-party and third-party sales.

1. Environmental Requirements

See Exhibit C for the full range of Environmental Controls that are the responsibility of the Operator. The Operator shall inspect and have the ability to detect contaminated materials upon the receipt of the

materials or during handling and prior to processing. Physical and chemical analyses and tests may be required to determine if the material meets the criteria set forth in State of Colorado, CDPHE, Hazardous Materials and Waste Management Division (HMWMD) regulations. The Operator shall pay for such chemical analyses and will coordinate with local authorities to determine the quantity and origin of samples analyzed for any questionable material. The Operator will provide the classification of the material to the City. Regardless of when found, contaminated materials shall either not be accepted, or, if found after acceptance, the originator shall retrieve the contaminated materials. Otherwise, the Operator will be required to dispose of them at a state approved disposal site at no cost to DEN. The Operator will be responsible for the cleanup and proper disposal of contaminated materials to an approved site.

Both recycle yards shall be kept neat and orderly. Clean dirt that accumulates from the receipt of recyclable material may be disposed of at existing stockpiles on DEN property as directed by the DEN Project Manager. Steel materials embedded in the recycled materials and salvaged shall be sold to metal recyclers when feasible. All waste materials shall be taken to Denver Arapahoe Disposal Site (DADS) as required by the Executive Order and described in Exhibit C on an as needed basis. 2. Safety Plan The Operator will develop and provide two copies of its safety program to the DEN Project Manager for review at least ten (10) days before the on-site work begins. The Operator’s program must meet at a minimum all applicable federal, state and local government requirements.

Fig. 1-1

Fig. 1-2

Page 36 Attachment 6, Prevailing Wages

201628656 ASPHALT & CONCRETE RECYCLE September 1, 2016

VII. Attachment 6, Prevailing Wages

PREVAILING WAGES

DIVISION 3. TREATMENT OF EMPLOYEES ASSOCIATED WITH CITY CONTRACTS Sec. 20-76. Payment of prevailing wages. (a) Required. Every worker, mechanic or other laborer employed by any contractor or subcontractor in the work of drayage or of construction, alteration, improvement, repair, maintenance or demolition of any public building or public work by or in behalf of the city, or for any agency of the city, or financed in whole or in part by the city, or any agency of the city, or engaged in the work of a doorkeeper, caretaker, cleaner, window washer, porter, keeper, janitor, or in similar custodial or janitorial work in connection with the operation of any such public building or the prosecution of any such public work by or in behalf of the city, or for any agency of the city, or financed in whole or in part by the city, or any agency of the city, shall be paid not less than the wages prevailing for the same class and kind of work in the city as determined by the career service board under subsection (c). (b) Contract specifications. The specifications for every contract in excess of two thousand dollars ($2,000.00) to which the city or any of its agencies is a party which requires the performance of work involving drayage or involving construction, alteration, improvements, repairs, maintenance or demolition of any public building or public work, or which requires the performance of the work of a doorkeeper, caretaker, cleaner, window washer, porter, keeper, janitor, or similar custodial or janitorial work in connection with the operation of any such public building or the prosecution of any such public work, shall contain a provision stating that the minimum wages to be paid for every class of laborer, mechanic and worker shall be not less than the scale of wages from time to time determined to be the prevailing wages under subsection (c). Every contract based upon these specifications shall contain a stipulation that the contractor or subcontractor shall pay mechanics, laborers and workers employed directly upon the site of the work the full amounts accrued at time of payment, computed at wage rates not less than those stated or referenced in the specifications, and any addenda thereto, on the actual date of bid opening, or in effect on the date of grant of permit for performance of such work under D.R.M.C. section 49-171 et seq., or on the date of the written purchase order for contracts let by informal procedure under D.R.M.C. section 20-63(b), regardless of any contractual relationship which may be alleged to exist between the contractor or subcontractor and such laborers, mechanics and workers. Increases in prevailing wages subsequent to the date of the contract for a period not to exceed one (1) year shall not be mandatory on either the contractor or subcontractors. Future increases in prevailing wages on contracts whose period of performance exceeds one (1) year shall be mandatory for the contractor and subcontractors only on the yearly anniversary date of the contract. In no event shall any increases in prevailing wages over the amounts thereof as stated in such specifications result in any increased liability on the part of the city, and the possibility and risk of any such increase is assumed by all contractors entering into any such contract with the city. Decreases in prevailing wages subsequent to the date of the contract for a period not to exceed one (1) year shall not be permitted. Decreases in prevailing wages on contracts whose period of performance exceed one (1) year shall not be effective except on the yearly anniversary date of the contract. (c) Determination of prevailing wages. (1) The city council hereby declares that it is in the best interests of the city to have a uniform determination of the prevailing wages to be paid to the various classes of laborers, mechanics and workers which will be required in the performance of work covered by this section.

(2) The city council hereby finds and concludes that the federal government, in implementing the Davis-Bacon Act (40 U.S.C. § 276a to 276a-5), possesses and exercises a superior capability with superior resources to ascertain the basic rate of pay, overtime, and other benefits which accurately represent the current prevailing rate of wages for work covered by that federal law. The career service board shall determine that the prevailing wages applicable to the various classes of laborers, mechanics, and workers covered by this section and the Davis-Bacon Act correspond to the prevailing wage determinations made pursuant to that federal law as the same may be amended from time to time. The board shall undertake to keep and maintain copies of prevailing wage determinations made pursuant to the Davis-Bacon Act (40 U.S.C. § 276a to 276a-5) and any amendments to that federal law. The board shall also keep and maintain such other information as shall come to its attention concerning wages paid in the city. If the board has reason to believe that a prevailing wage determination made pursuant to that federal law is substantially different from wages paid in the city based upon other information, it shall so inform the city council for their consideration and action by ordinance. The provisions of this section shall supersede any differing provisions of that federal law, except when that federal law is applicable independent of this section. (3) It shall be the duty of the career service board to determine, after hearing, the prevailing wages for the various classes of laborers, mechanics, and workers which will be required in the performance of work covered by this section but not be covered by the Davis-Bacon Act, which determinations shall be made periodically at least every six (6) months, and as frequently as may be considered necessary by the career service board in order that the determination which is currently in effect shall accurately represent the current prevailing rates of wages. Prior to making such determination, the career service board shall give reasonable public notice of the time and place of the hearing concerning such proposed determination and shall afford to all interested parties the right to appear before it and to present evidence. "Prevailing wages" shall mean, for each class of work covered by this section but not covered by the Davis-Bacon Act, the rate of pay and the overtime and other benefits granted to such full-time workers in the city. The rates shall be determined using the same method as used for those classes which are covered by the Davis-Bacon Act, except the following classifications of workers shall have their rate of pay and the overtime and other benefits based upon the rate of pay and the overtime and other benefits currently and most commonly paid to such full-time workers in the city: Custodian I Custodian II Window Cleaners, Journeyman Career service authority, upon receipt of information from any person interested in the above listed classifications, shall recommend to the mayor and city council a methodology for establishing prevailing rates for those classifications by January 15, 2000. If there is insufficient data available in the city to determine the rate of pay and the overtime and other benefits or should comparable classes of work not be performed within the city for each class of work covered by this section and not covered by the Davis-Bacon Act, the career service board shall refer to the Service Contract Labor Act of 1965, as amended (41 U.S.C. § 351 et seq.) to determine the rate of pay and the overtime and other benefits. (d) Mandatory contract provisions; enforcement. (1) Every contract covered by this section shall contain a provision requiring the contractor and every subcontractor under such contract to pay every worker, mechanic and laborer employed under such contract not less than the scale of wages as provided for under subsections (b) and (c).

(2) Such contract shall further require the contractor and subcontractors to pay all construction workers, mechanics and other laborers at least once a week the full amounts of wages accrued at the time of payment, computed at wage rates not less than those stated in the specifications; except that the contractor and subcontractors shall make such payments to non-construction workers such as janitorial or custodial workers at least twice per month. (3) Every such contract shall further provide that the contractor shall post in a prominent and easily accessible place at the site of the work the scale of wages to be paid by the contractor and all subcontractors working under the contractor. (4) The contract shall further provide that if the contractor or any subcontractor shall fail to pay such wages as are required by the contract, the auditor shall not approve any warrant or demand for payment to the contractor until the contractor furnishes the auditor evidence satisfactory to the auditor that such wages so required by the contract have been paid. Any contractor or subcontractor may utilize the following procedure in order to satisfy the requirements of this section: a. The contractor or subcontractor may submit to the auditor, for each worker, mechanic or other laborer to whom such wages are due, a check, as required by the auditor. Such check shall be payable to that worker, mechanic or other laborer, or to the City and County of Denver so it is negotiable by either of those parties. Each such check shall be in an amount representing the difference between the accrued wages required to be paid to that worker, mechanic or other laborer by the contract and the wages actually paid by the contractor or subcontractor. b. If any check submitted pursuant to paragraph (4)a. of this subsection cannot be delivered to the worker, mechanic or other laborer within a reasonable period of time as determined by the auditor, then it shall be negotiated by the city and the proceeds deposited in the auditor's unclaimed prevailing wages special trust fund. Nothing in this subsection shall be construed to lessen the responsibility of the contractor or subcontractor to attempt to locate and pay any worker, mechanic or other laborer to whom wages are due. c. Any valid, verified claim for prevailing wages that is actually received by the city through negotiation of any check submitted pursuant to paragraph (4)a. of this subsection must be made prior to two (2) years after the date of the last underpayment by the contractor or any subcontractor to the worker, mechanic or other laborer to whom such wages were due. After such date, the city shall no longer be liable for payment. The city, as trustee, shall pay such claimant only the amount of the check that is actually negotiated, regardless of any dispute as to any additional amount of wages owing to the worker, mechanic or other laborer. No interest shall be paid by the city on any funds received or disbursed pursuant to this subsection. d. On the last working day of each month, the amount of any claim for which the city is no longer liable shall be credited to the general fund, except as otherwise required by law. e. The auditor shall maintain a list of all unclaimed, city-negotiated prevailing wage checks for which the city is liable. Such list shall be updated monthly and shall be available for inspection at the office of the auditor. (5) Every such contract shall further provide that the contractor shall furnish to the auditor each week during which work is in progress under the contract a true and correct copy of the payroll records of all workers, laborers and mechanics employed under the contract, either by the contractor or subcontractors. Such payroll records shall include information showing the number of hours worked by each worker, laborer or mechanic employed under the contract, the hourly pay of such worker, laborer or mechanic, any deductions made from pay, and the net amount of pay received by each worker, laborer or mechanic for the period covered by the payroll.

(6) It shall further be provided in such contract that the copy of the payroll record shall be accompanied by a sworn statement of the contractor that the copy is a true and correct copy of the payroll records of all mechanics, laborers or other workers working under the contract, either for the contractor or subcontractors, that payments were made to the workers, laborers and mechanics as set forth in the payroll records, that no deductions were made other than those set forth in such records, and that all workers, mechanics and other laborers employed on work under the contract, either by the contractor or by any subcontractor, have been paid the prevailing wages as set forth in the contract specifications. (7) Every such contract shall further provide that if any laborer, worker or mechanic employed by the contractor or any subcontractor under the contract has been or is being paid a rate of wages less than the rate of wages required by the contract to be paid as aforesaid, the city may, by written notice to the contractor, suspend or terminate the contractor's right to proceed with the work, or such part of the work as to which there has been a failure to pay the required wages, and in the event of termination, may prosecute the work to completion by contract or otherwise, and the contractor and any sureties shall be liable to the city for any excess costs occasioned the city thereby. (Code 1950, §§ 161.1A, 161.1B, 161.1C, 161.1D; Ord. No. 582-85, § 2, 10-28-85; Ord. No. 212-89, § 1, 4-17-89; Ord. No. 979-95, § 1, 11-27-95; Ord. No. 546-96, § 1, 7-1-96; Ord. No. 624-97, § 1, 9-22-97) Sec. 20-77. Reserved. Editor's note--Former § 20-77 pertained to affirmative action/equal employment opportunity, was repealed by § 1 of Ord. No. 513-90, adopted Sept. 4, 1990, and originated from the 1950 Code, § 161.1E. For current provisions pertaining to similar subject matter, see § 28-31 et seq. and § 28-91 et seq. Sec. 20-78. Requirements before payment to contractors. No warrant or demand for payment to any contractor under any such contract shall be drawn or allowed by the auditor unless such contractor shall have filed with the auditor the reports and statements required by section 20-76(d) nor while any such contractor or any subcontractor under the contractor shall be in default in the payment of such wages as are required by the contract. (Code 1950, § 161.1F) Sec. 20-79. Division constitutes part of all contracts. The provisions of this division shall constitute a part of every contract of employment between every contractor or subcontractor and any employees performing work covered by the provisions of this division. (Code 1950, § 161.1G) Secs. 20-80--20-84. Reserved.

Office of Human Resources Denver’s Human Resource Agency

201 W. Colfax, Department 412 Denver, CO 80202

p: 720.913.5751 f: 720.913.5720

www.denvergov.org/csa

TO: All Users of the City of Denver Prevailing Wage Schedules

FROM: Alena Duran, Associate Human Resource Professional DATE: June 6, 2016 SUBJECT: Latest Change to Prevailing Wage Schedules Please be advised, prevailing wage rates for some building, heavy, and highway construction trades have not been updated by the United States Department of Labor (DOL) since March 1, 2002. The Career Service Board, in their meeting held on April 21, 2011, approved the use of the attached supplemental wage rates until prevailing wage rates for these classifications of work are again published by the United States Department of Labor in accordance with the Davis-Bacon Act. The effective date for this publication will be Friday June 3, 2016 and applies to the City and County of Denver for HEAVY CONSTRUCTION PROJECTS in accordance with the Denver Revised Municipal Code, Section 20-76(c). General Wage Decision No. CO160012 Superseded General Decision No. CO20150012 Modification No. 7 Publication Date: 6/3/2016 (8 pages) Unless otherwise specified in this document, apprentices shall be permitted only if they are employed pursuant to, and individually registered in, a bona fide apprenticeship program registered with the U.S. Department of Labor (DOL). The employer and the individual apprentice must be registered in a program, which has received prior approval, by the DOL. Any employer, who employs an apprentice and is found to be in violation of this provision, shall be required to pay said apprentice the full journeyman scale. For questions please call (720) 913-5018 Attachments as listed above.

General Decision Number: CO160012 06/03/2016 CO12 Superseded General Decision Number: CO20150012 State: Colorado Construction Type: Heavy Counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo and Weld Counties in Colorado. HEAVY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 01/15/2016 2 01/22/2016 3 03/11/2016 4 03/18/2016 5 03/25/2016 6 05/06/2016 7 06/03/2016 ASBE0028-001 10/01/2014 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)....................$ 28.83 13.53 ---------------------------------------------------------------- BRCO0007-004 01/01/2016 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS AND JEFFERSON COUNTIES Rates Fringes BRICKLAYER.......................$ 26.01 7.71 ---------------------------------------------------------------- BRCO0007-006 05/01/2015

EL PASO AND PUEBLO COUNTIES Rates Fringes BRICKLAYER.......................$ 24.44 8.90 ---------------------------------------------------------------- ELEC0012-004 09/01/2015 PUEBLO COUNTY Rates Fringes ELECTRICIAN Electrical contract over $1,000,000..................$ 27.35 11.00+3% Electrical contract under $1,000,000..................$ 24.85 11.00+3% ---------------------------------------------------------------- * ELEC0068-001 06/01/2016 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER, AND WELD COUNTIES Rates Fringes ELECTRICIAN......................$ 33.85 13.99 ---------------------------------------------------------------- ELEC0111-001 01/01/2016 Rates Fringes Line Construction: Groundman...................$ 18.79 22.25%+$5.45 Line Equipment Operator.....$ 29.40 22.25%+$5.45 Lineman and Welder..........$ 42.14 25.25%+$5.45 ---------------------------------------------------------------- ELEC0113-002 06/01/2015 EL PASO COUNTY Rates Fringes ELECTRICIAN......................$ 30.00 14.95 ---------------------------------------------------------------- ELEC0969-002 06/01/2015 MESA COUNTY Rates Fringes ELECTRICIAN......................$ 24.00 7.92 ---------------------------------------------------------------- ENGI0009-001 10/23/2013 Rates Fringes Power equipment operators: Blade: Finish...............$ 25.04 9.15 Blade: Rough................$ 24.73 9.15 Bulldozer...................$ 24.73 9.15 Cranes: 50 tons and under..$ 24.88 9.15

Cranes: 51 to 90 tons......$ 25.04 9.15 Cranes: 91 to 140 tons.....$ 25.19 9.15 Cranes: 141 tons and over...$ 25.97 9.15 Forklift....................$ 24.37 9.15 Mechanic....................$ 24.88 9.15 Oiler.......................$ 24.01 9.15 Scraper: Single bowl under 40 cubic yards........$ 24.88 9.15 Scraper: Single bowl, including pups 40 cubic yards and over and tandem bowls.......................$ 25.04 9.15 Trackhoe....................$ 24.88 9.15 ---------------------------------------------------------------- IRON0024-003 11/01/2013 Rates Fringes Ironworkers:.....................$ 24.80 18.77 Structural ---------------------------------------------------------------- LABO0086-001 05/01/2009 Rates Fringes Laborers: Pipelayer...................$ 18.68 6.78 ---------------------------------------------------------------- * PLUM0003-005 06/01/2016 ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PLUMBER..........................$ 38.43 15.19 ---------------------------------------------------------------- PLUM0058-002 07/01/2015 EL PASO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 34.30 14.38 ---------------------------------------------------------------- PLUM0058-008 07/01/2015 PUEBLO COUNTY Rates Fringes Plumbers and Pipefitters.........$ 34.30 14.38 ---------------------------------------------------------------- PLUM0145-002 07/01/2013 MESA COUNTY Rates Fringes Plumbers and Pipefitters.........$ 32.67 11.55 ---------------------------------------------------------------- PLUM0208-004 06/01/2015

ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES Rates Fringes PIPEFITTER.......................$ 35.35 13.39 ---------------------------------------------------------------- SHEE0009-002 07/01/2015 Rates Fringes Sheet metal worker...............$ 32.85 14.63 ---------------------------------------------------------------- TEAM0455-002 07/01/2015 Rates Fringes Truck drivers: Pickup......................$ 19.66 4.02 Tandem/Semi and Water.......$ 20.29 4.02 ---------------------------------------------------------------- SUCO2001-006 12/20/2001 Rates Fringes BOILERMAKER......................$ 17.60 Carpenters: Form Building and Setting...$ 16.97 2.74 All Other Work..............$ 15.14 3.37 Cement Mason/Concrete Finisher...$ 17.31 2.85 IRONWORKER, REINFORCING..........$ 18.83 3.90 Laborers: Common......................$ 11.22 2.92 Flagger.....................$ 8.91 3.80 Landscape...................$ 12.56 3.21 Painters: Brush, Roller & Spray.......$ 15.81 3.26 Power equipment operators: Backhoe.....................$ 16.36 2.48 Front End Loader............$ 17.24 3.23 Skid Loader.................$ 15.37 4.41 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

Office of Human Resources Supplemental rates

(Specific to the Denver Projects) (Supp #74, Date: 02-03-2012)

Classification Base Fringe Millwrights $28.00 $10.00 Line Construction: Lineman, Gas Fitter/Welder $36.88 $9.55

Line Eq Operator/Line Truck Crew $25.74 $8.09

Power Equipment Operators (Tunnels Above and Below Ground, shafts and raises): GROUP 1 $25.12 $10.81 GROUP 2 $25.47 $10.85 GROUP 3 $25.57 $10.86 GROUP 4 $25.82 $10.88 GROUP 5 $25.97 $10.90 GROUP 6 $26.12 $10.91 GROUP 7 $26.37 $10.94 Power Equipment Operators: GROUP 1 $22.97 $10.60 GROUP 2 $23.32 $10.63 GROUP 3 $23.67 $10.67 GROUP 4 $23.82 $10.68 GROUP 5 $23.97 $10.70 GROUP 6 $24.12 $10.71 GROUP 7 $24.88 $10.79 Ironworkers (Ornamental) $24.80 $10.03 Laborers: GROUP 1 $17.68 $8.22 GROUP 2 $18.18 $8.27 GROUP 3 $21.59 $8.61 Laborers: (Tunnel) GROUP 1 $18.53 $8.30 GROUP 2 $18.63 $8.31 GROUP 3 $19.73 $8.42 GROUP 4 $21.59 $8.61 GROUP 5 $19.68 $8.42 Laborers (Removal of Asbestos) $21.03 $8.55 Truck Drivers: GROUP 1 $18.42 $10.00 GROUP 2 $19.14 $10.07 GROUP 3 $19.48 $10.11 GROUP 4 $20.01 $10.16 GROUP 5 $20.66 $10.23 GROUP 6 $21.46 $10.31

POWER EQUIPMENT OPERATOR CLASSIFICATIONS (TUNNELS ABOVE AND BELOW GROUND, SHAFTS, AND RAISES): GROUP 1 - Brakeman GROUP 2 - Motorman GROUP 3 - Compressor GROUP 4 - Air Tractors; Grout Machine; Gunnite Machine; Jumbo Form GROUP 5 - Concrete Placement Pumps; Mucking Machines and Front End Loaders, Underground, Slusher; Mine Hoist Operator; Mechanic GROUP 6 - Mechanic Welder GROUP 7 - Mole NOTE: Any equipment listed below being used in tunnel work, below or above ground shall be paid not less than $2.00 per hour above the listed wage rates. POWER EQUIPMENT OPERATOR CLASSIFICATIONS: GROUP 1 - Air compressor, brakeman, drill operator - smaller than Watson 2500 and similar, operators of 5 or more light plants, welding machines, generators, single unit conveyor, pumps, vacuum well point system, tractor, under 70 hp with or without attachments compressors, 360 C.F.M. or less. GROUP 2 - Conveyor, handling building materials, ditch witch and similar trenching machine, haulage motor man, pugmill, portable screening plant with or without a spray bar, screening plants, with classifier. GROUP 3 - Asphalt screed, asphalt plant, backfiller, bituminous spreader or laydown machine; cableway signalman, caisson drill, William MF, similar or larger; C.M.I. and similar, concrete batching plants, concrete finish machine, concrete gang saw on concrete paving, concrete mixer, less than 1 yd., concrete placement pumps, under 8 inches, distributors, bituminous surfaces dozer, drill, diamond or core, drill rigs, rotary, churn, or cable tool, elevating graders, elevator operator, equipment, lubricating and service engineer, grout machine, gunnite machine, hoist, 1 drum, horizontal directional drill operator, sandblasting machine, single unit protable crusher, with or without washer, tie tamper, wheel mounted, tractor, 70 hp and over with or without attachments, trenching machine operator, winch on truck. GROUP 4 - Cable operated power shovels, draglines, articulated truck operator, clamshells, and backhoes, 5 cubic yards and under, concrete mixer over 1 cubic yard, concrete paver 34E or similar, concrete placement pumps, 8 inches and over, grade checker, hoist, 2 drums, hydraulic backhoe, 3/4 yds and over, loader, over 6 cubic yards, mechanic, mixer mobile, multiple unit portable crusher, with or without washer; pile driver, tractor with side boom, roto- mill and similar, welder. GROUP 5 - Cable operated power shovels, draglines, clamshells and backhoes over 5 cubic yards, caisson drill Watson 2500 similar or larger, hoist 3 drum or more, mechanic – welder (heavy-duty). GROUP 6 - Cableway, derrick, quad nine push unit, wheel excavator, belt or elevating loader GROUP 7 - tower cranes all types LABORER CLASSIFICATIONS: GROUP 1 - Janitors; Yardmen GROUP 2 –Erosion Control, Dowel Bars; Fence Erectors; Gabion Basket and Reno mattresses; Signaling, Metal Mesh; Stake Caser; Traffic Control Devices; Tie Bars and Chairs in Concrete; Paving; Waterproofing Concrete; Air, Gas, Hydraulic Tools and Electrical Tool Operators; Barco Hammers; Cutting Torches; drill; diamond and core drills; Core, diamond, air track including but not limited to; Joy, Mustang, PR-143, 220 Gardner-Denver, Hydrosonic, and water blaster operator; Chuck Tender; Electric hammers; Jackhammers; Hydraulic Jacks; Tampers; Air Tampers; Automatic Concrete Power Curbing Machines; Concrete Processing Material; Concrete Tender; Operators of concrete saws on pavement (other than gangsaws); Power operated Concrete Buggies; Hot Asphalt

Labor; Asphalt Curb Machines; Paving Breakers; Transverse Concrete Conveyor Operator; Cofferdams; Boxtenders; Caisson 8' to 12'; Caisson Over 12'; Jackhammer Operators in Caissons over 12'; Labor applicable to Pipe coating or Wrapping; Pipe Wrappers, Plant and Yard; Relining Pipe; Hydroliner (a plastic may be used to waterproof); Pipelayer on Underground Bores; Sewer, Water, Gas, Oil Conduit; Enamalers on Pipe, inside and out, Mechanical Grouters; Monitors; Jeep Holiday Detector Men; Pump Operators; Rakers; Vibrators; Hydro- broom, Mixer Man; Gunnite Nozzelmen; Shotcrete Operator; and chain saws, gas and electric; Sand Blaster; Licensed Powdermen; Powdermen and Blaster; Siphons; Signalmen; Dumpman/spotter; Grade Checker. GROUP 3 - Plug and galleys in dams; Scalers; any work on or off Bridges 40' above the ground performed by Laborers working from a Bos'n Chair, Swing Stage, Life Belt, or Block and Tackle as a safety requirement. TUNNEL LABORER CLASSIFICATIONS: GROUP 1 - Outside Laborer - Above ground GROUP 2 - Minimum Tunnel Laborer, Dry Houseman GROUP 3 - Cable or Hose Tenders, Chuck Tenders, Concrete Laborers, Dumpmen, Whirley Pump Operators GROUP 4 - Tenders on Shotcrete, Gunniting and Sand Blasting; Tenders, core and Diamond Drills; Pot Tenders GROUP 5 - Collapsible Form Movers and Setters; Miners; Machine Men and Bit Grinders; Nippers; Powdermen and Blasters; Reinforcing Steel Setters; Timbermen (steel or wood tunnel support, including the placement of sheeting when required); and all Cutting and Welding that is incidental to the Miner's work; Tunnel Liner Plate Setters; Vibrator Men, Internal and External; Unloading, stopping and starting of Moran Agitator Cars; Diamond and Core Drill Operators; Shotcrete operator; Gunnite Nozzlemen; Sand Blaster; Pump Concrete Placement Men. Laborers (Removal of Asbestos) Removal or encapsulation of Asbestos Material (including removal of asbestos from mechanical systems that are going to be scraped) and work involving the removal, handling, or dealing with toxic or hazardous waste. TRUCK DRIVER CLASSIFICATIONS: GROUP 1 - Sweeper Truck, Flat Rack Single Axle and Manhaul, Shuttle Truck or Bus. GROUP 2 - Dump Truck Driver to and including 6 cubic yards, Dump Truck Driver over 6 cubic yards to and including 14 cubic yards, Straddle Truck Driver, Liquid and Bulk Tankers Single Axle, Euclid Electric or Similar, Multipurpose Truck Specialty and Hoisting. GROUP 3 - Truck Driver Snow Plow. GROUP 4 - Cement Mixer Agitator Truck over 10 cubic yards to and including 15 cubic yards. WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental.