HomeMy WebLinkAbout180828 COLORADO BORING - PURCHASE ORDER - 9114775PURCHASE ORDER PO Number Page
City Of9114775 ' of z
Collins
This number must appear
C6rt C
,�—`/-, ` on all invoices, packing
slips and labels.
Date: 08/12/2011
Vendor: 180828
Ship To:
ENGINEERING DEPT-MASON
COLORADO BORING
CITY OF FORT COLLINS
ATTN: JOHN JACOBS
ENGINEERING DEPT-MASON
3813 CANAL DR
281 N. COLLEGE AVE
FORT COLLINS Colorado 80524
FORT COLLINS Colorado 80524
Delivery Date: 08/12/2011
Buyer: JOHN STEPHEN
Note:
Line Description
Quantity
Ordered
UOM Unit Price Extended
Price
Potholing for Mason BRT
1 LOT
LS 2,380.00
Per Work Order # 400903280-11-01
and all federal requirements of
Bid 7223
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.mm
Total $2,380.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Page 4 of 7
Laborers:
Asphalt Laborer/Raker,
Common Laborer & Concrete
Laborer/Mason Tender ........ $ 18.68
__________________________________________
SUCO2001-003 12/20/2001
Rates
BRICKLAYER .......................$ 15.55
Carpenters:
Form Work (Excluding Curbs
& Gutters) .................$ 16.54
All Other Work ..............$ 16.61
Concrete Finisher/Cement Mason ... $ 16.05
Ironworkers:
Bridge Rail (Excludes
Guardrail) ..................$ 18.22
Reinforcing .................$ 16.69
Laborers:
Fence Erector (Includes
fencing on bridges) .........
$
13.02
Form Work (Curbs &
Gutters only) ...............$
11.85
Guardrail Erector
(Excludes bridgerail)......
$
12.89
Landscape and Irrigation
Laborer .....................$
12.26
Pipelayer...................$
13.55
Striping Laborer (Pre -form
layout and removal of
pavement markings) ..........
$
12.62
Traffic and Sign Laborer
(Sets up barricades and
cones, and installs
permanent signs) ............
$
12.43
Traffic Director/Flagger....
$
9.55
Painters:
Brush .......................$ 16.94
Spray .......................$ 16.99
Power equipment operators:
Backhoes....................$
16.54
Bobcat/Skid Loader ..........
$ 15.37
Compactor - Dirt & Soil
Only. .......................
$ 16.70
Concrete Pump Operator ......
$ 16.52
Drill Operator: All except
William MF/ Watson 2500.....
$ 16.74
Forklift ..... ...............
$ 15.91
Post Driver/Punch Machine...$
16.07
Rotomill Operator ...........
$ 16.22
Tractor ..... ................
$ 13.13
6.78
Fringes
2.85
3.90
3.88
3.00
6.01
5.45
3.20
3.45
3.20
3.16
2.41
3.21
3.22
3.05
2.10
2.87
4.24
4.28
3.30
4.30
2.66
4.09
4.41
4.41
2.95
11ttp://www.wdol.gov/wdol/sr,afiles/davisbacon/CO14.dvb 7/11/2011
Page 5 of 7
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
Groundman
Class C....................$
11.44
3.25
Truck drivers:
Floats -Semi Truck ...........
$
14.86
3.08
Multipurpose Truck -
Specialty s Hoisting ........
$
14.35
3.49
Pickup Truck (Includes
Pilot and Sign/Barricade
Truck) .......... ............
$
13.93
3.68
Single Axle Truck ...........
$
14.24
3.77
Truck Mechanic ..............$
-____________________________________________________
16.91
3.01
TEAM0435-002 05/01/2000
Rates
Fringes
Truck drivers:
Distributor Truck ...........
$
15.80
5.27
Dump Truck: Over 14 cubic
yards to and including 29
cubic yards .................$
15.27
5.27
Dump Truck: Over 29 cubic
yards to and including 79
cubic yards .................$
15.80
5.27
Dump Truck: Over 79 cubic
yards .......................$
16.45
5.27
Dump Truck: To and
including 6 cubic yards 6
over 6 cubic yards to and
including 14 cubic yards;
Water Truck .......... .......
$
14.93
5.27
Low Boy Truck ...............$
________________________________________________________________
17.25
5.27
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
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.)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
http://www.wdol.gov/wdol/scaftles/davisbacon/CO14.dvb 7/I 1/2011
Page 6 of 7
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 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 CLR Part 7). Write to:
http://www.wdol.gov/wdol/scafiles/davisbacon/CO14.dvb 7/11 /2011
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
http://www.wdol.gov/wdol/scafiles/davisbacon/CO14.dvb
Page 7 of 7
7/11/201 l
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is I I. NON WAIVER.
98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
Internal Revenue. Denver, Colorado (Ref Colorado Revised Statutes 1973, Chapter 39-26, 114 (a), exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance ofor payment for goods hereunder or approval ofthe design, shall not release the Seller of
Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the
damage in hansit, may be returned to you for credit and arc not to be replaced except upon receipt of written purchaser to insist upon strict performance hereof or any of its rights or remedies as to any such goods, regardless
instructions from the City of Fort Collins. of when shipped, received or accepted, as to any poor or subsequent default hereunder. nor shall any purported
oral modification or rescission of this purchase order by the Purchaser operate as u waiver of any of the temw
Inspection. GOODS am subject to the City of Fort Collins inspection on arrival. hereof,
Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
authorized payment on the part of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice. overcharges resulting from antitrust
ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations arc in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter
Freight Terms. Shipments must be EO.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522. unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchscd or acquired by the Purchaser pursuant to this purchase order.
bill most accompany invoice. Additional charges for packing will not be accepted.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS,
Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
expected form the nearest distribution point to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser
shipments arc made form greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs associated with such work.
Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all
applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fort Collins harmless form and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, roles
and requirements.
Authorization. All parties to this contract agree that the representatives arc, in fact, bona fide and possess full and
complete authority to bind said parties.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated
herein set forth and any supplemcnlary or additional more; and conditions annexed hereto or incorporated herein by
reference. Any additional or different terms and conditions pmposed by seller are objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
premised delivery date as noted. Time is ofthe essence. Delivery and performance must be effected within the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without
limitation, acceptance ofpartial late deliveries, shall operate as a waiver of this provision. In the event ofany delay.
the Purchase shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere
and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays
due to causes not reasonably foreseeable which arc beyond its reasonable control and without its fault ofnegligence,
such acts of God. acts fcivil or military authorities, governmental priorities, fires, strikes, Bond, epidemics, wars or
riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the
time when the Seller first received knowledge thereof In the event of any such delay, the date of delivery shall be
extended for the period equal to the time actually lost by reason of the delay.
3. WARRANTY.
The Seller warrants that all goods. articles, materials and work covered by this order will conform with applicable
drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and
performed with the highest degree of cam and competence in accordance with accepted standards for work of a
similar nature. The Sella agrees to hold the purchaser harmless from any loss, damage or expense which the
Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make
good, without cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of
time s may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the data of
acceptance of the goods famished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect
or defective work done or materials furnished by the Seller. Acceptance or use of goods by the Purchaser shall not
constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers
liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties
or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. -
4. CHANGES IN LEGAL TERMS.
The Purchaser may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such
change affects the amount due or the time ofperfommnce hereunder, an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the
goods then not shipped, subject to any equitable adjustment between the parties as to any work or materials then in
pmgmss provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in
favor ofthe Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve
the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment most be asserted within thirty (30) days form the date the change or termination is
ordered.
8. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced sold delivered and furnished in strict
compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and
deliver such documents as may be required to effect orevidence compliance. All laws and regulations required to be
incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither parry shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the
prior written consent of the other parry.
10. TITLE.
The Seller ...is full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished
in performance of this agreement. free and clear of any and all liens, restrictions, reservations, security interest
encumbrances and claims ofothers.
The Seller shall release the Purchaser and its contractors of any tier form all liability and claims of any nature
resulting from the performance of such work.
This release shall apply even in the event of fault of negligence of the party released and shall extend to the
directors, officers and employees ofsuch parry.
The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because
such work is performed or caused to be performed by the Purchaser.
14. PATENTS.
Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark
or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement
by reason of the use of such patented design, device, material or process in connection with the contract. and
shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason ofsuch
infringement at any time during the prosecution or after the completion of the work. In case said equipment, or
any part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of
said equipment or part is enjoined, the Seller shall, at its own expense and at its option, either procure for the
Purchaser the right to continue using said equipment or pans, replace the same with substantially equal but
noninfringing equipment, or modify it so it becomes noninfringing.
15, INSOLVENCY.
If the Seller shall became insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a
receiver or trustee for any of the Scllcrs property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions ofterms used or the interpretation ofhc agreement and the rights ofall panics hcnvndcr shall be
construed under and governed by the laws of the State of Colorado, USA.
The following Additional Conditions apply only in cases where the Seller is to perform work hereunder,
including the services of Sellers Reprcsentative(s), on the premises ofothers.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shelh
in case of any accident, destruction or injury to the work and/or materials before Scllcrs final completion and
acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials
and equipment are famished by others for installation or erection by the Seller, the Seller shall receive, unload,
store and handle same at the site and become responsible therefor as though such materials and/or equipment
were being furnished by the Seller under the order.
18. INSURANCE.
The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational
disease benefits, to its employees employed on or in connection with the work covered by this purchase order,
and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller
shall also carry comprehensive general liability including, but not limited to. contractual and automobile public
liability insurance with bodily injury and death limits of at (cast S300,000 for any one person, S500.000 for any
one accident and property damage limit per accident of 5400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises of others, the Seller shall famish the Purchaser with a ceriificarc
that such compensation and insurance have been provided. Such certificates shall specify the date when such
compensation and insurance have been provided. Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until a0cr the
entire work is completed and accepted.
19, PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability for any and all damage. loss or injury ofany kind
or nature whosoever to persons or property caused by or resulting form the execution of the work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
or all of the Purchasers affects, agents and employees from and against any and all claims, losses, damages,
charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may
be put or subject by reason of any act. action, negleel, omission or default on the pan of the Seller, any of his
contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers. agents or employees at any time on account or
by reason of any act, action. neglect, omission or default of the Seller of any of his contractors or any of its or
their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to
defend the same at the Scllcrs own expense, to pay any and all costs, charges, attorneys fees and other expenses,
any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers.
agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or
obtained against the property of the Purchaser, or said parties in or as a result of such suits or other proceedings.
the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contractors shall take all safety precautions, furnish and install all guards necessary for the prevention of
accidents, comply with all laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto.
Revised 03/2010
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions I ---- I I Resources
> Advanced Search
> Multiple Names
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : Colorado Boring
Classification : Firm
State: COLORADO
Country : UNITED STATES
As of 12-Aug-2011 2:08 PM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
> Search Help
> Advanced Search Tips
> Public Users Manual
>FAO
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
>Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do,jsessionid=l CC5BE4CA 16D9l C4BO8618E3 D373B2... 8/12/2011
08/10/2011 14:20 FAX 9704944449 COLORADO BORING COUPANY
0001
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
and
COLORADO BORING
DATED: April 26, 201 l
Work Order Number: 400903280-1 1-01
Project Title: Mason Corridor BRT Project
Commencement Bate: August 10, 2011
Completion Date: August 31, 20l 1
Maximum Fee: (time and reimbursable direct costs): Not to exceed $2,380 per Bid 07223
Project Description: Potholing for Mason Corridor BRT Project
-77s-
Scope of Services: Six potholes for utility and steam locates at University Street, Port Collins, CO. Contractor
is to adhere to Davis Bacon wages (attached}
Service Provider agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions contained
herein and in the Services Agreement between the
parties. In the event of a conflict between or
ambiguity in the terms of the Services Agreement
and this work order (including the attached forms),
the Services Agreement shall control.
Service
Approved By:
Purchasing Agent over $60,000
The attached forms consisting of nine (9) pages are
hereby accepted and incorporated herein by this
reference, and Notice to Proceed is hereby given.
CA "Tor Collins
Date:
TRANSFORT / DIAL A RIDE
MICRO PURCHASE PRICE DETERMINATION CHECKLIST
The price(s) paid for the items, that are referenced in the attached invoice / receipt, are
determined to be fair and reasonable, based on one of the following (as checked):
Adequate Competition (two or more quotes)
Current Price Lists
Catalog Price
Prices found Reasonable on Recent Purchases_
Advertisements
Similar Items in a Related Industry
Independent Price Estimate
Other (Explain)
(Colorado Boring — Potholing) Bid from contractor is $2380 which is consistent with
previous potholing bids/estimates
Notes:
6 potholes for utility and steam locate
COLORADO BORING CO.
812 Queens Ct. Ft. Collins, CO. 80525
970494-1996 FAX 970-494.4449
Company
City of Ft. Collins Traffic
Address
626 Linden St.
City, State
Ft. Collins, CO. 80524
Phone
221-6816
QUOTE
Quote # 5370
Date 711912011
PO #
Rep
Contact Terry
Ft. GOIImS, GU.
Thank You
Page I of 7
General Decision Number: C0100014 10/08/2010 C014
Superseded General Decision Number: CO20080014
State: Colorado
Construction Type: Highway
Counties: Adams, Arapahoe, Boulder, Broomfield, Denver,
Douglas, E1 Paso, Jefferson, Larimer, Mesa, Pueblo and Weld
Counties .in Colorado.
HIGHWAY CONSTRUCTION PROJECTS
Modification Number Publication Date
0 03/12/2010
1 05/07/2010
2 06/04/2010
3 08/06/2010
4 10/08/2010
ELECO012-005 06/01/2009
PUEBLO COUNTY
Rates
Fringes
ELECTRICIAN (Excluding
traffic signal installation)
Electrical work where the
total cost is $150,000 or
less ........................ S 22.85
10.79
Electrical work where the
total cost is over $150,000.$ 27.00
10.91
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
Zone 1......................$ 23.83
13.758+4.75
Zone 2......................$ 26.83
13.756+4.75
TRAFFIC SIGNAL INSTALLER ZONE DEFINITIONS
Zone 1 shall be a 35 mile radius, measured from the following
addresses in each of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
All work outside of these areas shall be paid Zone 2 rates.
-__ ------------------------------------------------------
* ELEC0068-012 06/01/2010
ADAMS, ARAPAHOE, BOULDER, BROOMFIELD, DENVER, DOUGLAS,
JEFFERSON, LARIMER AND WELD COUNTIES
Rates Fringes
ELECTRICIAN (Excluding
http://www.wdol.gov/wdol/scafiles/davisbacon/CO14.dvb 7/I 1/2011
Page 2 of 7
traffic signal installation) ..... $ 31.60 12.32
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
Zone I ......................$ 23.83 13.75e+4.75
Zone 2......................$ 26.83 13.758+4.75
TRAFFIC SIGNAL INSTALLER ZONE DEFINITIONS
Zone 1 shall be a 35 mile radius, measured from the following
addresses in each of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
All work outside of these areas shall be paid Zone 2 rates.
ELECO113-005 06/01/2009
EL PASO COUNTY
Rates Fringes
ELECTRICIAN ......................$ 28.80 3e+13.10
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
Zone 1......................$ 23.83 13.75%+4.75
Zone 2.. .................... $ 26.83 13.75%+4.75
TRAFFIC SIGNAL INSTALLER ZONE DEFINITIONS
Zone 1 shall be a 35 mile radius, measured from the following
addresses in each of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
All work outside of these areas shall be paid Zone 2 rates.
------_ -----------------------------------------------
ELCC0969-005 06/01/2009
MESA COUNTY
Rates Fringes
ELECTRICIAN (Excluding
traffic signal installation) ..... $ 20.31 8.92
TRAFFIC SIGNALI7,ATION:
Traffic Signal Installation
Zone I ......................$ 23.83 13.755+4.75
Zone 2......................$ 26.83 13.758+4.75
http://www.wdol.gov/wdoUscafiles/davisbacoti/CO14.dvb 7/11/2011
Page 3 of 7
TRAFFIC SIGNAL INSTALLER ZONE DEFINITIONS
Zone 1 shall be a 35 mile radius, measured from the following
addresses in each of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
All work outside of these areas shall be paid Zone 2 rates.
----------------------------------------------------------------
ENGI0009-002 05/01/2010
Rates
Fringes
Power equipment operators:
Asphalt Screed ..............$
23.67
9.22
Bituminous or Asphalt
Spreader/Laydown Machine ....
$
23.67
9.22
Bulldozer ...................$
23.67
9.22
Crane: 50 tons and under ...
$
23.82
9.22
Crane: 51 to 90 tons ... ....$
23.97
9.22
Crane: 91 to 140 tons ......
$
24.12
9.22
Crane: 141 tons and over ....
$
24.88
9.22
Drill Operator: William
MF/Watson 2500 only .........
$
23.97
9.22
Grader/Blade: Finish ........
$
23.9'7
9.22
Grader/Blade: Rough .........
$
23.67
9.22
Loader: Barber Green, etc.
& Up to and including 6
cubic yards .................$
23.67
9.22
Loader: Mechanic/Welder
(heavy duty) ................$
23.97
9.22
Loader: Over 6 cubic yards..$
23.82
9.22
Mechanic and/or Welder
(Includes heavy duty &
combination mechanic and
welder): ....................
$
26.12
9.22
Oiler ................. ......
$
22.97
9.22
Power Broom: 70 BP and over.$
23.67
9.22
Power Broom: Under 70 HP ....
$
22.97
9.22
Roller (excluding dirt &
soil compaction): Self-
propelled, all types over
5 tons ......................$
23.67
9.22
Roller (excluding dirt &
soil compaction): Self-
propelled, rubber tires
under 5 tons ................$
23.32
9.22
Scraper: Single bowl
including pups 40 cubic
yards and tandem bowls and
over. .......................
$
23.97
9.22
Scraper: Single bowl under
40 cubic yards ..............$
23.82
9.22
Trackhoe....................$
------ ----------------------------------------
23.82
9.22
LAB00086-002 05/01/2009
Rates
Fringes
http://www.wdol.gov/wdol/scafiles/davisbacon/CO14.dvb 7/11/2011