Loading...
HomeMy WebLinkAboutAECOM - FY24 Wat CIPP PH IVB1 - Amendment No 1 - 5.6.2024AECOM April 16, 2024 Mr. Jesse Gaherty Waste Management Services City of Waterloo 3505 Easton Avenue Waterloo, Iowa, 50702 Subject: FY 2024 CIP Pipelining Phase IVB1 Amendment No. 1 City of Waterloo, Iowa City Contract No. 1102 SRF No. CS192111401 AECOM #60721823 Dear Mr. Gaherty: AECOM 501 Sycamore Street Suite 222 Waterloo, Iowa 50703 www.aecom.com 319-232-6531 tel 319-232-0271 fax The Davis -Bacon rates for the work to be completed as part of FY 2024 CIP Pipelining Phase IVB1 was updated by the federal government during the bidding process. This contract amendment is to replace the bid rates dated 02/24/2023. The rates and fringes to be used by Municipal Pipe Tool Co., LLC, of Hudson, Iowa for this project have not changed. Therefore, this is a no -cost amendment. AECOM recommends approval from the City to enable IDNR to issue the Notice of Funding Eligibility. Yours sincerely, Christopher G. Oelkers, PE Enclosure: Davis -Bacon Rates IA20240081 dated 01/05/2024 L:\DCS\Projects\WTR\60721823_FY_2024_CIPP\600_Construction_Support\ 660_Change_Orders\CO 1 - NO COST DB AJD\FY24 Wat CIPP PH IVB1 - Change Order No 1 LTR.docx AMENDMENT 1 Owner City of Waterloo Project FY 2024 CIP PIPELINING PHASE IVB1 Date: April 16, 2024 Owner's Contract No. 1102 Contractor: Municipal Pipe Tool Co. LLC SRF NON-SRF Date of Contact Start March 4, 2024 Contract Amount: $ 421,315.84 $ You are directed to make the following changes in the Contract Documents. Description: 1 DAVIS-BACON UPDATE TOTAL ADDITION Reason for Change Order The Davis -Bacon rates for the work to be completed as part of FY 2024 CIP Pipelining Phase IVB1 was updated by the federal government during the bidding process. This contract amendment is to replace the bid rates dated 02/24/2023. The rates and fringes to be used by Municipal Pipe Tool Co., LLC, of Hudson, Iowa for this project have not changed. Therefore, this is a no -cost amendment. CONTRACT PRICE SRF NON- SRF Original: $ 421,315.84 $ 421,315.84 $ - Previous C.O.s (ADD/DEDUCT) This C.O. (ADD/DEDUCT) $ - $ - $ - $ $ - Contract Price with all approved $ 421,315.84 $ 421,315.84 $ - Total Change Orders: $ - 0.00% Total CO % TOTAL $ 421,315.84 Original Completion Date: Revised Completion Date: CONTRACT TIME To Substantial To Final Completion Completion 11/30/2024 It is agreed by the Contractor that this Change Order includes any and all costs associated with or resulting from the change(s) ordered herein, including all impact, delays, and acceleration costs. Other than the dollar amount and time allowance listed above, there shall be no further time or dollar compensation as a result of this Change Order. THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL STIPULATIONS AND COVENANTS OF THE CONTRACT SHALL APPLY HERETO. APPROVED: Que/th z 9r1 BY: 5/6/2024 Owner (Authorized Signature) Date ACCEPTED: BY: April 16, 2024 Contractor (Authorized Signature) Date ACCEPTED: BY: April 16, 2024 AECOM Date AECOM 60721823 I 1 Project No. C.O. No. 4/8/24, 2:53 PM SAM.gov "General Decision Number: IA2O24OO81 01/05/2024 Superseded General Decision Number: IA2O23OO81 State: Iowa Construction Types: Heavy and Highway Counties: Adair, Adams, Allamakee, Appanoose, Audubon, Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee, Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson, Jones, Keokuk, Kossuth, Lee, Linn, Louisa, Lucas, Lyon, Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona, Monroe, Montgomery, Muscatine, O'Brien, Osceola, Page, Palo Alto, Plymouth, Pocahontas, Polk, Pottawattamie, Poweshiek, Ringgold, Sac, Shelby, Sioux, Story, Tama, Taylor, Union, Van Buren, Wapello, Warren, Washington, Wayne, Webster, Winnebago, Winneshiek, Woodbury, Worth and Wright Counties in Iowa. HIGHWAY CONSTRUCTION PROJECTS and HEAVY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: A Executive Order 14026 generally applies to the contract. A The contractor must pay all covered workers at least $17.20 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 2024. A Executive Order 13658 generally applies to the contract. A The contractor must pay all' covered workers at least $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the https://sam.gov/wage-determination/lA20240081/0 1/7 4/8/24, 2:53 PM SAM.gov Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 SUTA2023-001 02/01/2023 Rates Fringes BRICKLAYER (BRICKLAYER/STONE MASON) ZONE 1 $ 34.00 17.62 ZONE 2 $ 34.00 17.62 ZONE 3 $ 34.00 17.62 ZONE 4 $ 32.75 16.09 ZONE 5 $ 29.65 16.09 Carpenter & Piledrivermen ZONE 1 $ 31.27 15.83 ZONE 2 $ 29.80 15.98 ZONE 3 $ 29.68 15.98 ZONE 4 $ 29.20 13.30 ZONE 5** $ 28.15 11.70 CONCRETE FINISHER ZONE 1 $ 29.55 13.10 ZONE 2 $ 29.55 13.10 ZONE 3 $ 29.55 13.10 ZONE 4 $ 27.70 9.20 ZONE 5 $ 26.65 9.20 ELECTRICIAN (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, 2, AND 3 $ 36.40 14.80 ZONE 4 $ 35.10 13.80 ZONE 5 $ 33.45 13.05 IRONWORKER (SETTING OF STRUCTURAL STEEL) ZONE 1 $ 32.25 14.85 ZONE 2 $ 30.16 15.30 ZONE 3 $ 30.16 15.45 ZONE 4 $ 28.00 14.50 ZONE 5** $ 26.15 13.70 LABORER ZONE 1, 2 AND 3 GROUP A $ 24.82 12.01 GROUP AA $ 27.20 12.01 GROUP B $ 22.97 12.01 GROUP C $ 19.89 12.01 ZONE 4 GROUP A $ 23.12 11.32 GROUP AA $ 25.12 11.32 GROUP B $ 21.55 11.32 GROUP C $ 18.92 11.32 https://sam.gov/wage-determination/lA20240081/0 2/7 4/8/24, 2:53 PM SAM.gov ZONE 5 GROUP A $ 23.52 9.87 GROUP AA $ 25.52 9.87 GROUP B $ 20.78 9.87 GROUP C $ 19.93 9.87 POWER EQUIPMENT OPERATOR ZONE 1 GROUP A $ 35.50 16.50 GROUP B $ 33.95 16.50 GROUP C $ 31.45 16.50 GROUP D $ 31.45 16.50 ZONE 2 GROUP A $ 35.30 16.50 GROUP B $ 33.70 16.50 GROUP C $ 31.15 16.50 GROUP D $ 31.15 16.50 ZONE 3 GROUP A $ 32.50 28.20 GROUP B $ 30.70 28.20 GROUP C $ 29.70 28.20 GROUP D $ 29.70 28.20 ZONE 4 GROUP A $ 32.85 16.95 GROUP B $ 31.71 16.95 GROUP C $ 29.63 16.95 GROUP D $ 29.63 16.95 ZONE 5 GROUP A $ 30.87 13.25 GROUP B $ 29.83 13.25 GROUP C $ 28.10 13.25 GROUP D $ 27.10 13.25 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 $ 26.26 12.59 ZONE 2 $ 26.26 12.59 ZONE 3 $ 26.26 12.59 ZONE 4 $ 26.26 9.04 ZONE 5 $ 24.50 9.04 ZONE DEFINITIONS ZONE 1 The Counties of Polk, Warren, and Dallas for all Crafts, and Linn County Carpenters only. ZONE 2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters. ZONE 3 The Cities of Burlington (including West Burlington), Clinton, Fort Madison, Keokuk, and Middleton (including the Iowa Army Ammunition Plant) and Muscatine (and abutting municipalities of any such cities). ZONE 4 Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ZONE 5 A11 areas of the state not listed above. LABORER CLASSIFICATIONS - ALL ZONES GROUP AA - Skilled pipelayer (sewer, water, and conduits) and tunnel laborers; asbestos abatement worker GROUP A - Carpenter tender on bridges and box culverts; CCTV* sewer inspection operator; curb machine (without a seat); https://sam.gov/wage-determination/IA20240081 /0 3/7 4/8/24, 2:53 PM SAM.gov deck hand; diamond & core drills; drill operator on air tracs, wagon drills, and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; mason tender (brick/stone), powderman tender; powderman/blaster; sign erector; saw operator; {(Zones 4 and 5) Skilled pipelayer (sewer, water, and conduits); tunnel laborer; asbestos abatement worker}. *new labor classification (CCTV: closed circuit television) GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400 cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self-propelled); power buggyman; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility topman/bottom man; spaders; stressor or stretcherman on pre or post tensioned concrete; stringman on re/surfacing/no grade control; swinging stage, tagline, or block and tackle; tampers; timberman; tool room men and checkers; tree climber; tree groundman; underpinning and shoring caissons over twelve feet deep; vibrators; walk behind trencher; walk behind paint stripers; walk behind vibrating compactor; water pumps (under three inch); work from bosun chair. GROUP C - Scale weigh person; traffic control/flagger, surveillance or monitor; water carrier. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A - All terrain (off road) forklift; asphalt breakdown roller (vibratory); asphalt laydown machine; asphalt plant; asphalt screed; bulldozer (finish); central mix plant; concrete pump; crane; crawler tractor pulling scraper; directional drill (60,000 (lbs) pullback and above); dragline and power shovel; dredge engineer; excavator (over A cu. yd.); front end loader (4 cy and over); horizontal boring machine; master mechanic; milling machine (over 350 hp); motor grader (finish); push cat; rubber tired backhoe (over A cu. yd.); scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroom tractor; slipform portland concrete paver; tow or push boat; trenching machine (Cleveland 80 or similar) GROUP B - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; asphalt roller; belt loader or similar loader; bulldozer (rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hand/oiler; directional drill (less than 60,000 (lbs) pullback); distributor; excavator (1/2 cu. yd. and under); form riding concrete paver; front end loader (2 to less than 4 cu. yd.); group equipment greaser; mechanic; milling machine (350 hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe (1/2 cu. yd. and under); scraper (under 12 cu. yd.); screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd. and over); subgrader or trimmer; https://sam.gov/wage-determination/lA20240081/0 4/7 4/8/24, 2:53 PM SAM.gov trenching machine; water wagon on compaction. GROUP C - Boom & winch truck; concrete spreader/belt placer; deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safety boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver. GROUP D - Boiler; compressor; cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck crane driver/oiler. ** CARPENTERS AND PILEDRIVERMEN, or IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. 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 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 https://www.dol.gov/agencies/whd/government-contracts. 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) (iii)). 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 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 https://sam.gov/wage-determination/lA20240081/0 5/7 4/8/24, 2:53 PM SAM.gov (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 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. 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 https://sam.gov/wage-determination/lA20240081/0 6/7 4/8/24, 2:53 PM SAM.gov 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 National Office because National Office has 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 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" https://sam.gov/wage-determination/lA20240081/0 7/7