Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-467 Concrete Works of Colorado, Inc.CONTRACT AGREEMENT
Eagle County Regional Airport
Gypsum, Colorado
AIP PROJECT NO. 3-08-0020-53
THI AGREE T, made and entered into this day of
_ , 2014, by and between Eagle County, Colorado, Party of the First
Part, hereinafter referred to as the "Owner", and Concrete Works of Colorado, Inc., Party of the
Second Part, hereinafter referred to as the "Contractor," for the construction of airport
improvement including Schedule I: Apron Reconstruction and Schedule II: Apron
Reconstruction and Infield Area Improvements and other incidental work at the Eagle County
Regional Airport.
WITNESSETH:
ARTICLE 1. It is hereby mutually agreed that for and in consideration of the payments as
provided for herein to the Contractor by the Owner, the said Contractor shall furnish all labor,
equipment, and material and shall perform all work necessary to complete the improvements in a
good and substantial manner, ready for use, and in strict accordance with this Contract, a copy of
which is filed pursuant to lav in the office of the legal representative of the Owner.
ARTICLE 2. It is hereby further agreed that in consideration of the faithful performance of the
work by the Contractor, the Owner shall pay the Contractor the compensation due him/her by
reason of said faithful performance of the work, at stated intervals and in the amount certified by the
Engineer, in accordance with the provisions of this Contract.
ARTICLE 3. It is hereby further agreed that, at the completion of the work and its acceptance by
the Owner, all sums due the Contractor by reason of his faithful performance of the work, taking
into consideration additions to or deductions from the Contract price by reason of alterations or
modifications of the original Contract or by reason of "Extra Work" authorized under this Contract,
will be paid the Contractor by the Owner after said completion and acceptance.
ARTICLE 4. It is hereby further agreed that any references herein to the "Contract" shall include
"Contract Documents" as the same as defined in Paragraph 10-13, Section 10 of the General
Provisions and consisting of the Invitation for Bid, Instruction to Bidders, all issued Addenda,
Proposal, Statement of Qualifications, Anticipated Sub -Contracts, Form of Proposal Guaranty,
Notice of Award, Contract Agreement, Performance & Payment bonds, Notice to Proceed, Notice
of Contractor's Settlement, Wage Rates, General Provisions, Special Provisions, Plans, Technical
Specifications, attached appendices and all documents incorporated by reference. Said "Contract
Documents" are made a part of the Contract as if set out at length herein. Said Contract Agreement
is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract
Documents."
ARTICLE 5. The Contractor agrees to perform all the work describe in the Contract Documents
for the unit prices and lump sums as submitted in the Bid, taking into consideration additions to or
deductions from the Total Bid by reason of alterations or modifications of the original quantities or
by reason of "Extra Work" authorized under this Agreement in accordance with the provisions of
the Contract Documents.
00V(
i
ARTICLE 6. The Contractor agrees to commence work within thirty (30) calendar days after the
receipt of a notice to proceed and the Contractor further agrees to complete said work within 300
calendar day(s). Extensions of the Contract time may only be permitted execution of a formal
modification to Contract Agreement as approved by the Owner. Liquidated damages in the amount
identified in Section 80-08 shall be paid to the Airport for that time which exceeds the number of
Calendar days allowed in this paragraph. In addition, compensation for expenses incurred for
unscheduled employment of the Engineer, the construction manager, and each additional resident
engineer plus any incurred expenses (per diem, lodging, etc.) will be charged to the Contractor for
that time which exceeds the number of Calendar days identified in Section 80-08. Further, each
phase of work under the project has additional liquidated damage clauses, as outlined in Section 80-
08 FAILURE TO COMPLETE ON TIME.
The total estimated cost for AIP project #3-08-0020-53 thereof to be eight million, six
hundred seventeen thousand, four hundred thirty dollars and 00/100 cents ($8,617,430.00).
IN WITNESS WHEREOF, the Party of the First Part and the Party of the Second Part,
respectively, have caused this Agreement to be duly executed in day and year first herein written in
five (5) copies, all of which to all intents and purposed shall be considered as the original.
CONTRACTOR, Party of the Second Part
Concrete Works of Colorado, Inc.
By:
Richard Brasher, Vice President
Office or Posinon of Signer)
(SEAL)
ATTEST:
ReaAnn Fletcher, Contracts Manager
(Office or Position of Signer
By: 41 Wi' -4 A _N: -moi
Office or Position of Signer)
SACze
(SEAL) e
ATTE n�
(Office or Position of Signer;
Bond No. 34BCSGN9747
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That Concrete Works of Colorado, Inc., as Principal,
hereinafter called Contractor, and Hartford Fire Insurance Company as
Surety, licensed to do business as such in the State of Colorado, hereby bind themselves and their
respective heirs, executors, administrators, successors, and assigns, unto Eagle County, Colorado, as
Obligee, hereinafter called Owner, in the penal sum of eight million, six hundred seventeen
thousand, four hundred thirty dollars and 00/100 cents ($8,617,430.00) for the payment
whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, by these presents.
WHEREAS,
Contractor has by written agreement, entered into a contract with Eagle County, Colorado for
Schedule I: Apron Reconstruction and Schedule II: Apron Reconstruction and Infield Area
Improvements, which contract, including any present or future amendment thereto, is incorporated
herein by reference and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the
Contractor shall promptly and faithfully perform said Contract including all duly authorized changes
thereto, according to all the terms thereof, including those under which Contractor agrees to pay
legally required wage rates including the prevailing hourly rate of wages in the locality, as determined
by the Department of Labor and Industrial Relations or by final judicial determination, for each
craft or type of workman required to execute the contract, and, further, shall defend, indemnify and
hold the Owner harmless from all damages, loss and expense occasioned by any failure whatsoever
of said Contractor and Surety to fully comply with and carry out each and every requirement of the
contract, then this obligation shall be void; otherwise it shall remain in full force and effect.
In the event that Contractor shall be and is declared by the Owner to be in default under the
Contract, the Owner having performed its obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
1) Complete the contract in accordance with its terms and conditions, or
2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,
and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a
contract between such bidder and the Owner, and make available as Work progresses (even though
there should be a default or a succession of defaults under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages for which the Surety may be
liable here under, the penal sum of the bond. The term "balance of the contract price", as used in
this paragraph, shall mean the total amount payable by the Owner to Contractor under the Contract
and any amendments thereto, disbursed at the rate provided in the original contract, less the amount
properly paid by the Owner to the Contractor. If the completion contract provides for more rapid
payment than the Contract, then Surety shall advance such sums as are needed to make payment as
provided in the completion contract and shall recover it from the Owner when payment from the
Owner is due.
No suit shall be commenced or pursued hereunder other than Pia state court of competent
jurisdiction in Eagle County, Colorado, or in the United States District Court for the District of
Colorado.
WAIVER. The said surety, for value received, hereby expressly agrees that no change, extension of
time, alteration or addition to the terms of the contract or to the work to be performed thereunder,
shall in any wise affect the obligations of this bond; and it does hereby waive notice of any such
change, extension of time, or alteration or addition to the terms of the contract or the work to be
performed thereunder.
IN WITNESS WHEREOF, the above parties have executed this instrument the 2y44, day of
d�eA-ot,�-y 22014.
SIGNATURE OF PRINCIPAL (as applicable)
A. Individual, partnership or joint venture
B. Corporation
i�O(kSO`f
U�
I-- A rrti 1
(Signature of sole proprietor or general partner)
Concrete Works of Colorado, Inc.
n
Name of Corporate Principal
.i�.4•� By
Secretary (affix seal)
DF SURETY Name and address of Corporate Surety
ACCEPTANCE BY
The foregoing bond is approved.
Date
Hartford Fire Insurance Company
One Hartford Plaza, Hartford, CT 06115
By (seal)
Attomein Fact (attach power of alto )
Varlene Krings
The foregoing bond is in due form according to law and is approved.
Date By
Mond No. 34BCSGN9747
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That Concrete Works of Colorado, Inc., as Principal,
hereinafter called Contractor, and Hartford Fire Insurance Company as
Surety, licensed to do business as such in the State of Colorado, hereby bind themselves and their
respective heirs, executors, administrators, successors, and assigns, unto Eagle County, Colorado, as
Obligee, and hereinafter called Owner, in the penal sum of eight million, six hundred seventeen
thousand, four hundred thirty dollars and 00/100 cents ($8,617,430.00) for the payment
whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement, entered into a contract with Eagle County, Colorado for
Schedule I: Apron Reconstruction and Schedule II: Apron Reconstruction and Infield Area
Improvements, which contract, including any present or future amendment thereto, is incorporated
herein by reference and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if in
connection with the Contract including all duly authorized modifications thereto, prompt payment
shall be made to all laborers, subcontractors, teamsters, truck drivers, owners or other suppliers of
equipment employed on the job, and other claimants, for all labor performed in such work whether
done for the prime contractor, a subcontractor, the Surety, a completion contractor or otherwise (at
the full wage rates required by any law of the United States or of the State of Colorado, where
applicable), for services furnished and consumed, for repairs on machinery, for equipment, tools,
materials, lubricants, oil, gasoline, water, gas, power, light, heat, oil, telephone service, grain, hay,
feed, coal, coke, groceries and foodstuffs, either consumed, rented, used ore reasonably required for
use in connection with the construction of the work or in the performance of the Contract and all
insurance premiums, both for compensation and for all other kinds of insurance on the work, for
sales taxes and for royalties in connection with, or incidental to, the completion of the Contract, in
all instances whether the claim be directly against the Contractor, against the Surety or its
completion contractor, through a subcontractor or otherwise, and, further, if the Contractor shall
defend, indemnify and hold Eagle County, Colorado harmless from all such claims, demands or suits
by any such person or entity, then this obligation shall be void; otherwise it shall remain in full force
and effect.
Any conditions legally required to be included in a payment bond on this contract, including but not
limited to those set out in the applicable Colorado state section of the Owner Charter, are included
herein by reference.
The Surety agrees that, in the event that the Contractor fails to make payment of the obligations
covered by this bond, it will do so and, further, that within forty-five (45) days of receiving, at the
address given below, a claim here under stating the amount claimed and the basis for the claim in
reasonable detail, it (a) will send an answer to the claimant, with a copy to the Owner, stating the
amounts that are undisputed and the basis for challenging any amounts that are disputed and (b) will
pay any amounts that are undisputed. The amount of this bond shall be reduced by and to the
extent of any payment of payments made in good faith here under.
While this bond is in force, it may be sued on at the instance of any parry to whom any such
payment is due, in the name of the Owner, to the use of such parry. The Owner shall not be liable
for the payment of any costs or expenses of any such suit.
No suit shall be commenced or pursued hereunder other than in a state court of competent
jurisdiction in Eagle County, Colorado, or in the United States District Court for the District of
Colorado.
WAIVER The said Surety, for value received, hereby expressly agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder,
shall in any wise affect the obligations of this bond, and it does hereby waive notice of any such
change, extension of time, or alteration or addition to the terms of the contract or the work to be
performed thereunder.
IN WITNESS WHEREOF, the above parties have executed this instrument the 2,4 day
of [acro V"O— %r
SIGNATURE OF PRINCIPAL (as applicable).
A. Individual, partnership or joint venture
B. Corporation
�ptks of C _
Secretary (affix seal)
ACCEPTANCE BY
The foregoing bond is approved.
Date
LM
(Signature of sole proprietor or general partner)
Concrete Works of Colorado, Inc.
Name of Corporate Principal
By
Name and address of Corporate Surety
Hartford Fire Insurance Company
One Hartford Plaza, Hartford, CT 06115
����pp�"�, r
By W (seal)
AttorneYin Fact (attach power of attey)
llarlene Krings
The foregoing bond is in due form according to law and is approved.
Date By
Direct Inquiries/Claims to:
POWER OF ATTORNEY Tone artfRTord aza
ORD
BOND, T-4
Hartford, Connecticut 06155
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-340869, 34-342316, 34-341738, 34-343634
X= Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Katherine E. Dill, K'Anne E. Vogel, Loree Vanderhye, Melanie Lathouwers, Russell D. Lear, Chris Richmond, Russell Michels,
Darlene Krings, Diane Clementson, Kelly T. Urwiller, Jennifer Winter, Wesley J. Butorac, Steven J. Blohm
of Denver, Fort Collins & Greeley CO
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies
have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
TV it rs
��� � � a �� �• t ntosoa
e?19€ I\ D 7 s f 7949
97
10- W. 3 -
Wesley W. Cowling, Assistant Secretary
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD
M. Ross Fisher, Vice President
On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in
and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such
corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like
authority.
• r Kathleen T. Maynard
Notary Public
CERTIFICATE My Commission Expires July 31, 2016
I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of
the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford.
�•� ��v,�e•.i•.rti`�s a 10� f � =''rte 70?-= '�' waoao�
3 �ri 1097 =' • �r M1'• j�' ' _ `' •
�►� _r'4 ! `annhtv.� • �••NIw► C,t,°: 1979 ♦F s -s IDT 9j ? 1949
• + '4a.�.:� ��wazN yip's la�� • ;'yo; 'argoi5 �.ri.•.,,.t�' •�:.r�o�sd`.
Gary W. Stumper, Vice President
Client#: 38091
CnNW01
ACORD. CERTIFICaTE OF LIABILITY INSURA..CEDATE(MMIDD/YYYY)
12/08/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Flood & Peterson Ins., Inc.
P. 0. BOX 578E
Greeley, 12 80632
970 356-0123
CT
Heather Lee
720-977-6016 F 720-977-7113
Ext): A/c No
-MAIL
ss: HLee@FloodPeterson.com
IINSURER
INSURERS) AFFORDING COVERAGE NAIC #
A: Travelers Insurance Company
INSURED
Concrete Works of Colorado, Inc.
1260 Rock Creek Circle
INSURER B: Plnnacol Assurance
INSURER C :
INSURER D:
Lafayette, CO 80026
PREMISES EaEoNccu D nce $ 300 OOO
INSURER E:
INSURER F:
uuvEiRAGES CEKI IFICATE NUMBER: RFVIRIfVJ IdIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDDNMI IMM1DDfYYYY)LIMITS
A
GENERAL LIABILITY
DTC0325D58321ND14
1/01/2014
11/01/2015 EEACH�OECCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY
PREMISES EaEoNccu D nce $ 300 OOO
FXOCCUR t OCCUR
MED EXP (Any one person) s5,000
X PD Ded:5,000
PERSONAL BADV INJURY $1,000,000
GENERAL AGGREGATE $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $ 2,000,000
POLICY X j RQ El LOC
DT810325D5832TIL14
$
A
AUTOMOBILE
LIABILITY
11/01/2014
11/01/201 COMBINED SINGLE LIMIT
Ea accident)$1 ,000,000
X
ANY AUTO
BODILY INJURY (Per person) $
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY Per accident $
( )
X
HIRED AUTOS X NON -OWNED
PROPERTY DAMAGE
$
AUTOS
Per accident
A
X
UMBRELLALIAB
X
OCCUR
CUP325D5832TIL14
1/01/2014
11/01/201 EACH OCCURRENCE $10.000.000
EXCESS LIAB
CLAIMS -MADE
AGGREGATE $10,000,000
DED I X RETENTION $10000
$
B
WORKERS COMPENSATION
4062790
1/01/2014
11/01/201 X WCSTATU- OTH-
ITORY I
AND EMPLOYERS' LIABILITY N
YIN
LIMITS ER
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? aN
/ A
E.L. EACH ACCIDENT $500 OOO
(Mandatory In NH)
E.L. DISEASE - EA EMPLOYEE $500,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $500,000
A Inst. Floater
QT660143D5454TIL14
1/01/2014
11/01/2015 $2,000,000/$1,000 Ded.
A Leased/Rented Equ
QT660142D6562TIA14
1/01/2014
11/01/201 $600,000/$5,000 Ded.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
Eagle County Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-53, Schedule I: Apron
Reocnstruction and Schedule II: Apron Reconstruction and Infield Area Improvements
Eagle County, Colorado is included as Additional Insured as required by written contract with
respects to liability arising out of work performed by the named insured.
Eagle County, Colorado
PO Box 850
500 Broadway
Eagle, CO 81631
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S955270/M946875 KXG
This page has been left blank intentionally.
590
591
592
593
594
595
596
597
598
599
600
601
602
603
604
605
606
607
608
609
610
611
612
613
614
615
616
617
618
619
620
621
622
623
634
635
626
627
638
629
630
631
632
633
634
635
636
637
638
CONTRACT PROPOSAL
TO: Eagle County Regional Airport
Gypsum, Colorado
1. The undersigned hereby certifies that they have examined the form of contract, plans and
specifications and other associated Contract Documents for the improvement of Eagle
County Regional Airport, Project No. 3-08-0020-53. The undersigned further certifies that
he/she has examined the site of the work, has determined for himself/herself the conditions
affecting the work and subject to acceptance of the proposal, agrees to provide at his/her
expense, all labor , insurance, superintendence, machinery, plant, equipment, tools,
apparatus, appliances, and means of construction, and all materials and supplies complete
the entire work, including work incidental thereto, in conformance with the plans,
specifications, and associated contract documents.
2. The undersigned acknowledges that the Contract Documents consist of the Invitation for
Bid, Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications,
Anticipated Sub -Contracts, Form of Proposal Guaranty, Notice of Award, Contract
Agreement, Performance & Payment bonds, Notice to Proceed, Notice of Contractor's
Settlement, Nage Rates, General Provisions, Special Provisions, Plans, Technical
Specifications, attached appendices and referenced documents.
3. The undersigned, in compliance with your Invitation for Bids dated July 31, 2014, hereby
proposes to do the work called for in said contract and specifications and shown on said
plans and to furnish all materials, tools, labor, and all appliances and appurtenances
necessary for the said work at the following at the following rates and prices:
4.
Bid Spreadsheet begins on page 2-33.
TOTAL BID (Base Bid) _
TOTAL BID IN WORDS
The undersigned understands that the above quantities of work to be done are approximate
only and are intended principally to serve as a guide in evaluating the bids.
5. It is understood that the schedule of minimum wage rates, as established by the Secretary of
Labor and included in the Specifications, are to govern on this project, and the undersigned
certifies that s/he has examined this schedule of wage rates and that the prices bid are based
on such established wage rates.
G. The undersigned prime contractor, if not a certified DBE, hereby assures that they will make
sufficient and reasonable efforts to meet the DBE goals, that they will subcontract 1.1
percent of the dollar value of the prime contract to DBE firms, and that they will include the
DBE clauses required by the sponsor's DBE Program in all subcontracts which offer
subcontracting opportunities. The undersigned will complete and submit with the bid the
attached DBE Participation Form. If unable to meet the project goal, the undersigned shall
submit a demonstration of good faith effort in accordance with Special Provisions, Part B,
Section 3.3 of the Contract Documents.
Issued for Bid
July 10, 2014
Division 2.1
Jvianon, Inc.
AIP No. 3-08-0020 53
639 7. The undersigned agree upon written notice of the acceptance of this bid, that within ten (10)
640 days after the award, that s/he will execute the contract in accordance with the bid as
641 accepted and give contract (Performance and Payment) bonds on attached forms.
643
643 8. The undersigned further agrees that if awarded the contract, s/he evill commence the work
644 within ten (10) calendar days after the receipt of a notice to proceed and that s/he will
645 complete the work within 300 calendar day(s). No work may be done when the temperature
646 is below 40 degrees Fahrenheit, except at the discretion of the engineer. An extension of
647 time may be allowed when extra or additional work is ordered by the engineer. Liquidated
648 damages in the amount identified in Section 80-08 shall be paid to the Airport for that time
649 which exceeds the number of calendar day(s) allowed in this paragraph. In addition,
650 compensation for expenses incurred for unscheduled employment of the Engineer, the
651 construction manager, and each additional resident engineer plus any incurred expenses (per
652 diem, lodging, etc.) will be charged to the Contractor for that time which exceeds the
653 number of calendar day(s) identified in Section 80-08. Further, each phase of work under
654 the project has additional liquidated damage clauses, as outlined in Section 80-08 FAILURE
655 TO COMPLETE ON TIME.
656
657 9. As an evidence of good faith in submitting this proposal, the undersigned encloses a certified
658 check or bid bond in the amount of fwt_ Perre,,t of To+aj INA dollars
659 ($ — 5 % --- ) which, in case the undersigned refuses or fails to accept an award and
660 to enter into a contract and file the required bonds within the prescribed time, shall be
661 forfeited to the Eagle County Regional Airport, Eagle County, Colorado, as liquidated
662 damages.
663
664 10. By entering into this contract, the Contractor certifies that neither it (nor s/he ) nor any
665 person or firm who has an interest in the Contractor's firm is a person or firm ineligible to
666 be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29
667 CFR 5.12(a)(1).
668
669 11. No part of this contract shall be subcontracted to any person or firm ineligible for award of
670 a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR
671 5.12(a)(1).
672
673 12. The undersigned hereby declares that the only parties interested in this proposal are named
674 herein, that this proposal is made without collusion with any other person, or corporation.
675 That no member of the council, officer or agent of Eagle County, Colorado, is directly or
676 indirectly financially interested in this bid.
677
678 13. The undersigned acknowledges receipt of the following Addendums;
679
680 Addendum No. I Date Received ? 2 3 I
681 Addendum No. oZ Date ReceivedW-115/114
682 Addendum No. Date Received
683 Addendum No. Date Received
684 Addendum No. Date Received
685
Issued for Bid Division 2-2 Jviation, Inc.
July 10, 2014 AIP No. 3.08.0020-53
686
687
688
689
690
691
693
693
694
695
696
697
L
SIGNATURE OF BIDDER:
By Name and 1 itle of Authorized Agent ReaA m P(c}iu-1 (;0,'� m- 5 jL(a�ri 44'
Cnclr��L i irk$ OP color���nc. ��JJ
Name of Company
Wag 1�or C.r'c�k C`rcIt ' y�IOtt U 80021
Address of Company
Issued for Bid
July 10, 2014
Division 2.3
Jviation, Inc.
AIP No. 3.08-0030-53
698
Issued for Bid Division 2 d Jvtatton, Inc.
July 10, 2014 AIP No 3 08 0020-53
699 BID BOND
700
701 KNOW AIL MEN BY THESE PRESENTS, that _ Concrete Works of Colorado. Inc
702 12M Rock Creek Circle, Lafayette, CO 80026 as Principak hereinafter called Contractor, and
703 Hartford Fire Insurance Company , licensed to do business as such in the State of
704 Colorado, as Surety, hereby bind themselves and their respective heirs, executors, administrators,
705 successors, and assigns, unto Eagle County, Colorado, as Obligee, in the penal sum of
706 5% of the total amount of the bid Dollars (f -" ) for the payment whereof
707 Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
708 jointly and severally, by these presents.
709
710 WHEREAS,
711
712 The Contractor has submitted to the Obliges, a contract bid dated the 31st day
713 of July, 2014 for the following contract:
714 Epole County Airport - Apron Reconstruction
715
716
717
718
719
720
721
722
723
724
725
726
727
728
729
730
731
732
733
734
735
736
737
738
739
740
741
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the
Contractor bid is accepted by the Obligee and the Contractor is awarded the contract in whole or in
put, the Contractor shall enter into the Contract with the Obligee in accordance with the tears of
such bid, give such Payment and Performance Bonds as may be specified in the Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and materials furnished in the prosecution thereof; or in the event of
failure of the Contractor to enter such Contract and give such bond or bonds, if the Contractor shall
promptly pay the Obligee the amount of this bond as set forth herein above, then the obligation
shall be null and void, otherwise this obligation will remain in full force and effect.
IN WITNESS WHEREOF, the above parties have executed this instrument, the 31 st day
of July v2014.
A Individual, partnership or joint venture
B. Corporation
Attest:
/ /V .
(5ignauue of sole propdMr or gena! parmer)
Concrete Works of Colorado, Inc
Name of Corpoam Pda4W
By
'Re,,- A.,., r -Let vkxe-r, Con Irae,ls M 44T4'
Division 2-5
Jviation, Inc.
AIP No. 34)8-0020.53
744
745
746
747
748
749
750
751
752
753
754
755
756
757
758
759
760
761
762
763
764
765
766
Name and address of Corporate Surety
Hartford Fire Insurance Company
One Hartford Plaza, Hartford, CT 06115
By {seal)
Attomey In Face (atdch pAw of ) Darlene Krings
The foregoing bond is approved.
Date I By
The foregoing bond is in due form according to law and is approved
Date I By
Issued Cor Bid
July 10, 2014
Division 2-6
Jviaelon, Inc.
.AIP No. 3408.0020-53
Direct Inquiries0alms to:
POWER OF ATTORNEY THE HARTFORD
BOND, T-0
One Hartford Plaza
Hartford, Connecticut 06155
call: 888-266-3488 or lax: 86D-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34340869, 34.342316, 34-341738, 34-343634
0 Hartford Fire Insurance Company, a corporation duty organized under the laws of the State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
FX -1 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
O Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Q Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Q Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited.
Katherine E. Dill, K'Anne E. Vogel, Loree Vanderhye, Melanie LathotJtvers, Russell D. Lear, Chris Richmond, Russell Michels,
Darlene Kdngs, Diane Clementson, Kelly T. Unviller, Jennifer Winter, Wesley J. Butorac, Steven J. Blohm
of Denver, Fort Collins & Greeley CO
their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments In the
nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies
have caused these presents to be signed by Its Vice President and Its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
�+ If �7 L 0 • a • a • A
s �1�� .i., '�rN,r,Y N!', � �•�tM' IOT�•,F c�rD7o�F � I9t1
10—PAP W
Wesley W. Cowling, Assistant Secretary
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD )
M. Ross Fisher, Vice President
On this Ie day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly swam, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he Is the Vice President of the Companies, the corporations described in
and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such
corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like
authority.
• �IAlrt • Kathleen Ir Maywd
Notary Pubtic
CERTIFICATE My Commission Expires July 31, 2016
I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of
the Power of Attorney executed by said Companies, which Is still in full force effective as of July. 31, 2014
Signed and sealed at the City of Hartford.
+`•'tom,+ `�'� ,�+r�
3 � Gae.•,aq;,'� . ►OST � �r'•1 L ' +a""'br G r
r i lf�T n • _ � R • �
��+� '`,ir,r,r,p�, • ��� Jp�9 � � rytG �� � r9Tf
ws eta 's•. . •1 ,¢r
Gary W. Stumper, Vice President
767
768
769
770
771
773
773
774
775
776
777
778
779
780
781
78"_
783
784
785
786
787
788
789
790
791
792
793
794
795
796
797
798
799
800
801
802
803
804
805
806
807
808
809
810
811
813
813
814
CONTRACTOR INFORMATION
1. Name of Bidder/Contractor: C akCr+r ic_ LJ Ori nj=` Colocarbi hn, .
2. Type of Business Entity: 1'Ihrpav-et 44okn
NOTE: If bidder is partnership or joint venture, give full names of all partners or joint
ventures. Bid must be signed by all Joint Ventures. If bidder is a limited liability
company, bid must be signed by an authorized manager (may be signed by member -
manager if LLC is organized to allow management by members).
3. Address of Contractor: 1210 D Qpe_K C.4 g.K Ure j<
LaPa.g e. �t , CO Soo 2-(o
4. Telephone: 303- G,65-- -R93,31 !;XT- $10 Fax. 303- InteS -2991ta
Email: rea..&nrtT & c Ajr-- ervt& ;1. enrr,
5. Established where and when: 0nto ra.&.�_�+ t��e 21g, 1g10
6. Contractor's Banking Information: (,&jP Ij,5 1,:jJ J� ban)G
1bug 5�ansbf-rM 303'S!o_3-(aZI
7. Principal Officers of Contractor (managers and members if LLC):
Name: on -re- Lenar - Name:
Title: Pr-e-1Aeni-ZQW11,Pr Title:
Name: ? r.k nj Pbra ake;ic Name:
Title: Vice, pre_na ke n t I Title:
Name: hareen VI,t.una,j a Name:
Title: �5errs .4-a x, r ��r�c r Title:
Issued for Bid
July 10, 3014
Division 2.7
Jviation, Inc.
AIP No. 3.08.0020.53
815 8.
816
817
818
819 9.
820
821 10.
822
823 11.
824
825
826
837
838
839 12.
830
831
832
833 13.
834
835
836
837
838
839
840
841
842
843
844
845
Bidder's/Contractor's state of incorporation (state of organization if an LLC or Partnership):
Bidder's Surety: I e— Hart ii r -f -I
Surety's State of Incorporation: Gnne e. -iii C,u f
Name and Address of person to receive payment ]d acale- ( pN5 nX
Lu&:.jt H -e, CO 5002(0
F—
If the Bidder/Contractor is a Joint Venture, it shall attach a certified copy of the Joint
Venture Agreement. The Joint Venture Agreement will not be included as part of the
Contract Documents.
The Bidder/Contractor shall identify allapplicable labor agreements (if any) to be used in the
performance of the work:
M o.n,P .
Issued for Bid Division 2-8 Jviation, Inc.
July 10, 2014 AIP No. 3.08.0020.53
T ? T Y
00 OD 00 OD
a�
b
p u
C r
u n
AW
a
D
C
V
J
p
uz
V
k
R
R
X
az
u
L
U
oU
u #
C �
q m
e e
U �
c
can
�o
u o
aZ
u
te
`
u
Nr
1
._
CA-
v
m
ci
—�
z
o
-
If
f�
y
u
v
Ja
p
CU.
�
Ll
C p
0
in
� 64
C
c c ez
L
U J �
V
V
as c c
m
o. c ,o o .0 0
U O
O in
x ' in
v4 to 4
O EfY c r. e: z r_
ai U V U U
�L I 1111 ""0 ""o
Y L V L L
n in n� v`n u�i in uu n
00 0000 OC 00 00 00 0o
0
z
u M
A '^
ro
Go
0o
f tb
'>4
6
Z
2
0
859
860
861
862
863
864
865
866
867
868
869
870
871
872
873
874
875
876
877
878
879
880
881
882
883
884
885
886
887
888
889
890
891
892
893
894
895
896
897
898
899
900
901
l
DISADVANTAGED BUSINESS UTILIZATION COMMITMENT
✓ The bidder agrees to expend at least 2 •a ° o DBE utilizadon on this project.
The bidder (if unable to meet the goal of % DBE) is committed to a minimum
of Do DBE utilization on this project and has submitted documentation
showing good faith effort.
NOTE: Failure to submit a "Good Faith Effort" at the time of the Bid opening may result in
the bid being considered as non-responsive.
For the purposes of this commitment, the term "Disadvantaged Business Enterprise" shall
mean a business:
a. Wlhich is at least 51 percent owned by one or more minorities or women, or in the case
of a publicly owned business, at least 51 percent of the stock of which is owned by one
or more minorities or women; and
b. Whose management and daily business operations are controlled by one or more such
individuals.
"Disadvantaged Group Member" or "Disadvantaged" means a person who is a citizen or
lawful, permanent resident of the United States, and who is:
a. Black (a person having origins in any of the black racial groups of Africa);
b. Hispanic (a person of Spanish or Portuguese culture, with origins in Mexico, South or
Central America, or the Caribbean Islands, regardless of race);
C. Asian American (a person having origins in any of the original peoples of the Far East,
Southeast Africa, the Indian subcontinent, or the Pacific Islands);
d. American Indian or Alaskan Native (a person having origins in any of the original
peoples of North America);
C. Member of other groups, or other individuals, found to be economically and socially
disadvantaged by the Small Business Administration under Section 8(a) of the Small
Business Act, as Amended 15 U.S.C. 637 (a);
f. A female person who requests to be considered as a DBE, and who "owns" and
"controls" a business as defined herein.
Issued for Bid Division 2 It Jviation, Inc.
July 10, 2014 All? No. 3.08-0020.53
902 Disadvantaged Business Enterprises may be employed as contractors, subcontractors, or
903 suppliers.
904 Date: .0 l f 31. 1014
905
906 1&l g rks. or Co 10 ra_do, I,tic.—
907 Company
908 �t
909 Rer, A—enn FI CJ'LV�t./'�-C�1tY1CrL'�+S M �y�f
910 Authorized Agent (print) cj
911
913
913 54,mature of Authorized Ayent
914
Issued Cor laid Division 2-12 jvtauon, Inc.
f my 10, 2014 A1P No. 3-08-0020-53
915
916
917
918
919
920
921
977
923
924
925
926
927
928
929
930
931
932
933
934
935
936
937
938
939
940
941
942
943
944
945
946
947
948
949
950
DBE PARTICIPATION FORM
The undersigned, hereby assures that s/he will ensure DBE participation for the amount(s) shown, if
awarded a contract for this project in the amount of $: 46it 4.33-
Name of DBE Firm: iC A 11n,4- .S2C/e71tS
DBE contract amount: S /G6T Slam/ Percent of total contract: J,03 %
DBE Firm Address: .2000 e4/a a si iJ �c e7o d
DBE contact person: Name: 10 AO rl %; �(E 4
Phone: .-?03 -7el- 4590
The DBE is a: ❑ Prime Contractor ® Subcontractor ❑ Manufacturer ❑ Supplier
Category of DBE: ❑ Native American ❑ Hispanic ® Asian Pacific ❑ Black
❑ Non minority Woman ❑ Other
Work to be performed by DBE: e 'Ieshl
DBE certification Agency: `` o , t
Expiration Date:
a copy of the latest DBE
Name of DBE Firm: .TIS I'UC�� InC
DBE contract amount: S 2L / 2 S % Percent of total contract: V Z %
DBE Firm Address: 3y3S/ �yO.SL �✓ee J
DBE contact person: Name: x lesceS /"o if e G
Phone: 974 JDY /�1/ V
The DBE is a: ❑ Prime Contractor Subcontractor ❑ Manufacturer ❑ Supplier
Category of DBE: ❑ Native American ©Hispanic ❑ Asian Pacific ❑ Black
❑ Non minority Woman ❑ Other
Work to be performed by L
DBE certification Agency:
Expiration Date:
(Please include a copy of the latest DBE certification)
Issued for bid
July 10, 2014
Division 2.13
Jviaaon, Inc.
All? No. 3 08 0020 53
951
952
953
954
955
956
957
958
959
960
961
962
963
964
965
966
967
968
969
970
971
972
973
974
975
976
977
978
979
980
981
982
l
Name of DBE Firm:
L� A jT � Lk ¢S bi e - Ag,
d e S
-J/yAiu 9'R c
DBE contract amount:
$701. /.2 r'. Percent
of total contract:
0.49- ° o
DBE Firm Address:
164? -.UC4OnF'A 4y L
Di Am., .0 (W ,,r'L7�� /
DBE contact person:
Name:
Phone: ,109-373-/773
The DBE is a:
❑ Prime Contractor ❑ Subcontractor
® Manufacturer
❑ Supplier
Category of DBE:
❑ Native American ❑ Hispanic
❑ Asian Pacific
❑ Black
® Non minority Woman
❑ Other
Work to be performed by
DBE:
DBE certification Agency:
t1 1o1Qr - n �w4 ofc %/ari CDa
t -la -h
Expiration Date:
(Please include a copy of the latest DBE
certification)
Name of DBE Firm:
DBE contract amount: $ Percent of total contract: R.6
DBE Firm Address:
DBE contact person: Name:
Phone:
The DBE is a: ❑ Prime Contractor ❑ Subcontractor ❑ Manufacturer ❑ Supplier
Category of DBE: ❑ Native American ❑ I Iispanic ❑ Asian Pacific ❑ Black
❑ Non minority Woman ❑ Other
Work to be performed by DBE:
DBE certification Agency:
Expiration Date:
(Please include a copy of the latest DBE certification)
Issued for Bid Division 2-14 Jriadon, Inc.
July 10, 2014 AIP No. 3.08.0020-53
DBE Prime Contractor
DDE Subcontractor
DBE Supplier *
DBE Manufacturer
Total Amount DBE
$ Amount
S 39/. d�oS
S
-70.1,120,
Total
0.1,/L0-
DBE Goal
* Only 60% credit allowed for DBE
t
$ DBE Credit % DBE
Participation
$ , Nro f6 s �.y5 %
x 0.60 s %
$ 76 ,, l2 k o ,y5 iia
$
0l, i33 .g
983
984 If the toud DBE participation shown is less than the DBE goal required by the specifications, you must
985 attach documentation of your good faith efforts to achieve the goal.
986
987 The bidder agrees to certify that the disadvantaged fusn(s) engaged to provide materials or services in
988 the completion of this project:
989
990 a. is a bona Fide Disadvantaged Business Enterprise, and;
991
993 b. has executed a binding contract to provide specific materials or services for a specific
993 dollar amount.
994
995 The bidder will provide written notice to Eagle County, Colorado indicating the Disadvantaged
996 Business Enterprise(s) it intends to use in conjuncdon with this contract. This written notice is to be
997 submitted with the bid proposal. Certification that the Disadvantaged Business Enterprise(s) has
998 executed a binding contract with the bidder for materials or services should be provided to Eagle
999 County, Colorado. Breach of this commitment constitutes a breach of the bidder's contract if awarded.
1000
1001 The undersigned hereby certifies that he or she has read the terms of this commitment and is
1002 authorized to bind the bidder to this commitment.
1003
1004
1005 Date: yLh, 31, zo m
1006
1007
1008 ` [Ar r
G.inca^e_*c. k.�Qc�LS -DP—C.oto�0.Ao
1009 Company
1010
1011 Uzi .Am, rttl c hurt L'on i ra�S l�{awz� t�
1012 .\uthodrLd \gent (pnnr
1013 l}
10[x} �l
1015 Signature of \utixtnred \gent
1016
Issued for Bid DiNision 2-15 Jviation, Inc.
July 10, 2014 All? No. 3.08 0020.53
k.•ololauo Willieu �-eruncauon rrublarri
Vendor Information CLOSEWINDOW
0 HELP
Vendor Information
Certifying Agency
Business Name
JP Trucking, Inc.
Owner
Mr. Jesus Ponce
Address
3434 Gypsum Creek Road
> Mao This Address
Gypsum, CO 81637-0854
Phone
970-524-1414
Fax
970-524-3434
Email
dirttaxWearthlink.net
Ethnicity
Hispanic
Gender
Male
Certification Information
Certifying Agency
Colorado Department of Transportation
Certification Type
DBE - Disadvantaged Business Enterprise
Certified Business
2 eligible to be counted
Description
Work Codes
CO UCP NAICS
Gravel hauling- local
484220
CO UCP NAICS
Top soil hauling, local
484220
Customer support Print This Paae
Copyright ts7 2014 132Gnow. All rights reserved -
rage i or t
i�ttnr•//nn��nn rii+nn�rctnm rnm/T-.inn/L'nri/llahrin�C nnrnL�D��i�tinl'lotnit ocn9Vlr1=F.G(�A Pr'TTiar i�Zi �7 (11 /1
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
Civil Rights & Business Resource Center a>b OT
4201 East Arkansas Avenue, Room 150
Denver, Colorado 80222r��rrrAra
Main: 303-512-4140 oe rLa+t of mmw""9d4
Fax: 303-952-7091
March 28, 2014
Ms. Connie Lightcap
LIGHTCAP INDUSTRIES INC DBA J C SUPPLY & MANUFACTURING
1612 S. CUCAMONGA AVENUE,
ONTARIO, CA 91761
Dear Ms. Lightcap,
The Colorado Department of Transportation's (CDOT) Civil Rights & Business Resource Center is pleased to inform you that
LIGHTCAP INDUSTRIES INC DBA J C SUPPLY & MANUFACTURING is certified as a Disadvantaged Business Enterprise
(DBE) pursuant to the U.S. Department of Transportation's Regulation 49 CFR Part 26. Your firm will be listed on the
Colorado Unified Certification Program's (UCP) on-line directory of eligible firms at htto://www.coloradodbe.org/.
LIGHTCAP INDUSTRIES INC DBA J C SUPPLY & MANUFACTURING is eligible to participate as a Disadvantaged Business
Enterprise (DBE) on US Department of Transportation financially -assisted projects in Colorado In the work codes shown
below. Only the work codes appearing as part of your firm's listing on the directory are eligible to be counted toward
Disadvantaged Business Enterprise (DBE) participation. It is your responsibility to manage your firm's work codes to ensure
they are correct.
CO UCP NAICS-339999: ALL OTHER MISCELLANEOUS MANUFACTURING
The anniversary date of your firm's certification is April 30, 2015. You will be notified 45 days prior to the anniversary date that
eligibility must be re-evaluated. The notification provides documents, with instructions, to submit to the Civil Rights & Business
Resource Center. However, if you do not receive notification from this office, it is your responsibility to contact us. Pursuant to
49 CFR 26.830), submittal of this Information is required to ensure that there is no interruption In your firm's status as a
certified firm. If any change occurs in the firm's legal structure, ownership, management, control, or work performed, you must
notify the Civil Rights & Business Resource Center immediately.
If you have questions or require assistance, please contact the Civil Rights & Business Resource Center at 303 512.4140
ly L€ijenberg, Se 'o Cerlloc on Analyst
-ado Department f rai spArtation
Rights & Business esoufce Itenter
�O DENVER
r THE MILE HIGH CITY
6/4/2014
Shan Tai Yeh
Yeh & Associates, Inc.
2000 Clay Street, Suite 200
Denver, CO 80211
Dear Shan Tai Yeh:
Office of Economic Development
Division of Small Business Opportunity
201 w Colfax Ave, Dept 907
Denver, CO 80202
p: 720.913.1999
f: 720.913.1809
www.clenvergov,orgIclsbo
Denver International Airport
Airport Office Building, Suite 7810
8500 Pena Blvd
Denver, CO 80249
p: 303.342.2180
f: 303.342.2190
www.flydenver.com
The City and County of Denver, Division of Small Business Opportunity (DSBO) is in receipt of your renewal
application for Yeh & Associates, Inc..
We are extending your certification while your application is in process Therefore, Yeh & Associates, Inc. will
have the following certification(s) until September 12 2014.
❑ Airport Concessionaire Disadvantaged Business Enterprise (ACDBE)
® Disadvantaged Business Enterprise (DBE)
❑ Small Business Enterprise (SBE)
® Minority/Women Business Enterprise (MWBE)
® Small Business Enterprise -Concessions (SBEC)
Review of your documentation will begin in the near future Please note that at any time during this review, a
Certification Analyst may request additional information to complete the review.
Please notify our office immediately, if there are any changes in legal status, management, control, or ownership
of your business, contact information, etc, from that provided on the documentation submitted to our office.
If you have any questions, please contact us At (720) 913-1999 or via email at certification info@denvergov.org.
Thank you.
Sincerely,
Stephen W. Martinez
Certification Team
certification i nfoOld envera ov-ora
(720) 913-1999
foR city sE mcEs vISR I c=
DemerGourg 1311
1017
Issued for Bid Division 2.16 Jviation, Inc.
July 10, 2014 AIP No. 3-08-0020-53
1018 CERTIFICATION OF NONSEGREGATED FACILITIES
1019
1020 The federally -assisted construction contractor certifies that she or he does not maintain or provide, for
1021 his employees, any segregated facilities at any of his establishments and that she or he does not permit
1022 his employees to perform their services at any location, under his control, where segregated facilities are
1023 maintained. The federally -assisted construction contractor certifies that she or he will not maintain or
1024 provide, for his employees, segregated facilities at any of his establishments and that she or he will not
1025 permit his employees to perform their services at any location under his control where segregated
1026 facilities are maintained. The federally -assisted construction contractor agrees that a breach of this
1037 certification is a violation of the Equal Opportunity Clause in this contract.
1028
1029 As used in this certification, the term "segregated facilities" means any waidng rooms, work areas,
1030 restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other
1031 storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
1032 transportation, and housing facilities provided for employees which are segregated by explicit directives
1033 or are, in fact, segregated on the basis of race, color, religion, or nadonal origin because of habit, local
103.1 custom, or any other reason. The Federally -assisted construction contractor agrees that (except where
1035 she or he has obtained identical certifications from proposed subcontractors for specific time periods)
1036 she or he will obtain identical certifications from proposed subcontractors prior to the award of
1037 subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
1038 Clause and that she or he will retain such certifications in his files.
1039
1040
1041
1042 Date: _ Jiy�{ 31 2U 14
1043
1044
1045 Loork5 oYr
Wo a tAc
1046 Company
1047 t
1048 R�fAA n FiP.lti4,Gr-� Co.Any c , Mana yv-
1049 .luthonzcd Agent (print.
1050 A
1051 '1
1052 Sttimaturc of :Authorized Agent
1053
Issued for Bid Division 2-17 Jviation, Inc.
July 10, 2014 AIP No. 3-08.0030.53
1054
1055
Issued for Bid Division 3.18 Jviation, Inc.
Huls 10, 2014 :IIP No. 3.08 0020-53
1056 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT
1057
1058 Each bidder shall complete and sign the Equal Employment Opportunity Report Statement. A bid
1059 may be considered unresponsive and may be rejected, in the Owner's sole discretion, if the bidder fails
1060 to provide the fully executed statement or fails to furnish the required data. The bidder shall also, prior
1061 to award, furnish such other pertinent information regarding its own employment policies and practices
1062 as well as those of its proposed subcontractors as the FAA, the Owner, or the Executive Vice
1063 Chairman of the President's Committee may require.
1064
1065 The bidder shall furnish similar statements executed by each of its first-tier and second -der
1066 subcontractors and shall obtain similar compliance by each subcontractor, before awarding
1067 subcontracts. No subcontract shall be awarded to any non -complying subcontractor.
1068
1069 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT
1070 Require in 41 CPR 60-1.7(l
1071
1072 The bidder shall complete the following statements by checking the appropriate blanks. Failure to
1073 complete these blanks may be grounds for rejection of the bid:
1074
1075 1. The Bidder has ✓ has not _ developed and has on file at each establishment affirmative
1076 action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2.
1077
1078 2. The Bidder has /1_ has not .— participated in any previous contract or subcontract subject to
1079 the equal opportunity clause prescribed by Executive order 11246, as amended.
1080
1081 3. The Bidder has ✓ has not _ filed with the Joint Reporting Committee the annual
1082 compliance report on Standard Form 100 (EEO -1 Report).
1083
108.1 4. The Bidder Does does not _ employ fifty or more employees.
1085
1086
Ioe7 Date: � I . r 3 I 2_01q
1088
1089 //�1
1090 Orme U, f_ (J)nr- ka QE COtp
j
1091 Company
1092 A n
1093 G HQMA FI2.izker', Coo.4rcu4s. M"elf,
1094 \uthori7ed .Agent (punt,
1095
1096
1097 Signature of .Whoriz[d Agent
1098
1099
1100
Issued for Bid Division 2-19 Jviaoon, Inc.
July 10, 2014 AIP No- 3.08.0020-53
1101
Issued for Bid Division 2 20 Jvianon, Inc.
July 10, 2014 AIP No. 3 08 0020 53
1102 BUY AMERICA CERTIFICATION
1103 (Title 49 U.S.C. Section 50101)
1104
1105 Project name: Reconstruct Air Carrier Apron Phase II
1106 Airport name: Eagle County Regional Airport
1107 AIP number: 3-08-0020-53
1108
1109 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
1110 obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the
1111 United States, unless the FAA has issued a waiver for the product, the product is listed as an Excepted
1112 Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA
1113 Nadonwide Buy American Waivers Issued list.
1114
1115 A bidder or offeror must submit this Buy America Certification with all bids or offers on AIP funded
1116 projects. Bids or offers that are not accompanied by a completed Buy America Certification
1117 must be rejected as nonresponsive.
1118
1119 The bidder certifies it and all associated subcontractors will comply with the Buy American preferences
1120 established under Title 49 U.S.C. Section 50101 as follows:
1121 U.S.C. Section 50101- Buying goods produced in the United States
1122 (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to
1123 carry out section 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127),
1124 or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title for a project only if
1125 steel and manufactured goods used in the project are produced in the United States.
1126 (b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that -
1127 (1) Applying subsection (a) would be inconsistent with the public interest;
1128 (2) The steel and goods produced in the United States are not produced in a sufficient and
1129 reasonably available amount or are not of a satisfactory quality;
1130 (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of
1131 chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107,
1133 and 48110) of this title -
1133 A. The cost of components and subcomponents produced in the United States is more than 60
1134 percent of the cost of all components of the facility or equipment; and
1135 B. Final assembly of the facility or equipment has occurred in the United States; or
1136 (4) Including domestic material will increase the cost of the overall project by more than 25
1137 percent.
1138 (c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating
1139 the cost of components.
1140
1141 Please note that approval of waivers listed under (b) (1) & (2) above, can only be approved by the FAA
1142 Office of Airports in Washington DC and approval is rare. Waivers listed under (b) (3) & (4) may be
1143 approved by FAA Regional or District Offices.
1144
1145 A listing of Equipment and Products that have been approved and on the national waiver list may be
1146 located at:
Issued for Bid Division 2-21 Jviauon, Inc -
July 10, 2014 AIP No. 3 08 0020 53
1147 httn://www.faa.Qov/_ai=rts/airz/buv-Rmeiican/media/nationwideBuvAmcricanWaiverslssued.nd
1148 Certificate of Buy American Compliance for Manufactured Products
1149 (Non -building construction projects, equipment acquisition projects)
1150
1151 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this
1152 certification statement with their proposal. The bidder or offeror must indicate how they intend to
1153 comply with 49 USC § 50101 by selecting one on the following certification statements. These
1154 statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a
1155 checkmark (✓) or the letter "Y".
1156 ,� Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by:
1157 a) Only installing steel and manufactured products produced in the United States, or;
1158 b) Installing manufactured products for which the FAA has issued a waiver as indicated by
1159 inclusion on the current FAA Nationwide Buy American Vlaivers Issued listing, or;
1160 c) Installing products listed as an Excepted Article, Material or Supply in Federal
1161 Acquisition Regulation Subpart 25.108.
1162 By selecting this certification statement, the bidder or offeror agrees:
1163 1. To provide to the Owner evidence that documents the source and origin of the steel
1164 and manufactured product.
1165 2. To faithfully comply with providing US domestic product
1166 3. To refrain from seeking a waiver request after establishment of the contract, unless
1167 extenuating circumstances emerge that the FAA determines justified.
1168 ❑ The bidder or offeror hereby certifies it cannot comply with the 100° o Buy American
1169 Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under
1170 49 USC § 50101(6). By selecting this certification statement, the apparent bidder or offeror
1171 with the apparent low bid agrees:
1172 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal
1173 waiver request and required documentation that support the type of waiver being
1174 requested.
1175 2. That failure to submit the required documentation within the specified timeframe is
1176 cause fora non-responsive determination may result in rejection of the proposal.
1177 3. To faithfully comply with providing US domestic products at or above the approved
1178 US domestic content percentage as approved by the FAA.
1179 4. To furnish US domestic product for any waiver request that the FAA rejects
1180 5. To refrain from seeking a waiver request after establishment of the contract, unless
1181 extenuating circumstances emerge that the FAA determines justified.
1183 Required Documentation
1183 Type 3 Waiver - The cost of the item components and subcomponents produced in the
1184 United States is more that 60% of the cost of all components and subcomponents of the
1185 "item". The required documentation for a type 3 waiver is:
1186 a) Listing of all product components and subcomponents that are not comprised of 1000o
1187 US domestic content (Excludes products listed on the FAA Nationwide Buy American
1188 Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart
Issued for Bid Division 2-22 Jviaaon, Inc.
July 10, 2014 ill' No. 3 08.0020-53
1189
1190
1191
1192
1193
1194
1195
1196
1197
1198
1199
1200
1301
1202
1303
120#
1305
1306
1207
1208
l
25.108; products of unknown origin must be considered as non-domestic products in
their entirety)
b) Cost of non-domestic components and subcomponents, excluding labor costs
associated with final assembly at place of manufacture.
c) Percentage of non-domestic component and subcomponent cost as compared to total
"item" component and subcomponent costs, excluding labor costs associated with final
assembly at place of manufacture.
Type 4 Waiver — Total cost of project using US domestic source product exceeds the total
project cost using non-domestic product by 25%. The required documentation for a type 4 of
waiver is:
a) Detailed cost information for total project using US domestic product
b) Detailed cost information for total project using non-domestic product
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction
of the Federal Aviation Administration and the making of a false, fictitious or fraudulent
certification may render the maker subject to prosecution under Tide 18, United States Code.
..A A ! 31 � 201 H t a kC.,c 4
Date I Signature
wnf- s of WOMA j n c. G� n �c_4 s M a n a� c✓
Company Name Title
Issued for Bid Division 2.23 Jvianon, Inc.
July 10, 2014 All? No. 3 08.0020.53
1209
Issued for Bid Division 2 2.4 Jvianon, Inc.
July 10, 2014 AIP No. 3 06.0030 53
1210 BUY AMERICA WAIVER REQUEST
1211 Title 49 U.S.0 Section 50101 (b)
1213
1213 For Airfield Development Projects funded under the Airport Improvement Program
1214
.f • • #j 27757 • 1% .�
Nationwide Waivers: The FAA Office of Airports publishes national waivers for equipment and
products that meet Buy American requirements under 49 USC 50101. Nationwide waivers are
published at:
! • • -_!lig �!! _! ' ! !! • • •! ! i � � • r •
lection R1�N1) && ( )6V Waivetm.
The bidder may request a waiver based upon the best interests of the public, Section 50101 (b)(1)
or request a waiver based upon insufficient supply of U.S. manufactured products, Section 50101
(b)(2), however approval is rare and waivers may only be approved by the FAA Office of Airports
in Washington DC.
The bidder may request a waiver if 60% or morn of the components and subcomponents in the facility or equipment are
produced in the United States and final assembly ocarrs in the U.S. Bidder is herby advised that the Owner's
approval with thr bidders waiver request is contingent upon FAA approval.
1. "Equipment" in Section 50101 shall mean the following:
a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular
150/5345-53.
b) Individual bid items as established within FAA Advisory Circular 150/5370-10.
c) A waiver request may only address one specific equipment item. Submit separate requests
for each equipment item for which a waiver.
d) Items listed under the Nationwide Waiver referenced above do not require further review.
2. The bidder must base the U.S. percentage upon the value that results from completing a
component cost calculation table similar to the attached format. The Bidder must submit the
component cost calculation table as an attachment to the waiver request.
3. Components/subcomponents are the material and products composing the "equipment".
4. The final assembly of the AIP-funded "equipment" must be within the USA (Section
50101(b)(3)(B)). Final assembly is the substantial transformation of the components and
subcomponents into the end product. Final assembly location is the location where the
equipment is assembled, not the project site itself.
5. All steel used in the "Equipment" must be produced in the United States.
G. The Buy American requirements apply to all tier contractors and subcontractors. All
contractors/subcontractors are required to provide appropriate documentation that indicates
origin of manufacturer and percentage of domestic made product.
7. The bidder is hereby advised there is no implied or expressed guarantee that a requested
waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA
component/subcomponent proposed for this facility CANNOT be waived. Products made
with foreign steel are not eligible for a waiver.
Issued for Bid Division 2 25 Jviation, Inc.
July 10, 2014 AIP No. 3.08.0020-53
1215
8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not
apply to the AIP. Products and material made in Canada or Mexico must be considered as
foreign made products.
9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on
the FAA national listing:
htip://www.faa.gov/aiMorts/`aip/buy american/media/nadomvideAuvAmericanWaiverslssued gdf
Bidder however shall submit a listing of any equipment it proposes to install on the project
that is included on the Nationwide Buy American conformance fist.
10. In any calculation of Buy American percentage, the labor for the final assembly is excluded.
This is because the Buy American statute is based on the cost of materials and equipment, not
Labor.
Instructions for Section a"11(4) Waiver.
1. The bidder may request a waiver if application of Buy America preferences results in a 25%
cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before
making this request.
Issued for Bid Division 3.26 Jviahon, Inc.
July 10, 20t4 All? No. 3 08 0020 53
1216 BUY AMERICA WAIVER REQUEST
1217 Title 49 U.S.0 Section 50101 (b)(3)
1218 For Airfield Development Projects funded under the Airport Improvement Program
1219
1220 COMPONENT COST CALCULATION TABLE (:Eype 3 Waiver)
1331 • In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same
1222 information and calculations as presented herein.
1323
1224
1"5
1326
1237
1228
1229
1230
1231
1332
1333
1334
1235
1236
1237
• Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the
FAA national listing.
htm://www.faa.eov/aimorts/air)/buy american/media/nadonwideBuvAmericanWaiverslssued.Ddf
• The component breakout shall be along major components of the equipment. Submit separate
calculation for each different equipment types. Do not combine the component cost
calculations of different types of equipment.
• For Airfield development projects, equipment is defined as the "L" items (Airfield Lighting
Equipment) as listed in FAA Advisory Circular 150/5345-53 and the b) individual bid items as
established within FAA Advisory Circular 150/5370-10. The individual bid item method may
not be applied to the "L" type items.
• An authorized person shall attest under signature and date that the submitted information is
accurate and complete.
Equipment Type:
Component/
Subcomponents
Name of
Manufacturer
Country of
Origin
Cost of Foreign
Manufactured
Components/
Subcomponents
Cost of USA
Manufactured
Components/
Subcomponents
1238 Sum of US Manufactured Component/ Subcomponent Costs:
1239 Sum of all Equipment Components and Subcomponents:
1240 Percentage of Equipment Components Manufactured in the United States:
1241 Place of Final Assembly:
Issued for Bid Division 2.27 Jviauon, Inc.
Jul} 10, 2014 AIP No. 3-08.0030-53
1243
1243
12.4
1245
1246
1247
1248
1249
1350
1251
1252
1253
1254
1355
1256
1257
Certification Signature
Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(6)(3) for the
equipment identified above. The bidder certifies that °o of the cost of components and
subcomponents comprising the equipment are produced in the United States and that final assembly
occurs within the United States.
I hereby certify the above informadon is accurate and complete.
Issued for Bid
July 10, 2014
Bidder's Puns \Tam!
signaturr
Division 3.38
Date
J%iation, Inc.
AIP No. 3.080030.53
1258 BUY AMERICA CONFORMANCE LISTING
1259 Title 49 U.S.0 Section 50101 (b)
1260 For Airfield Development Projects funded under the Airport Improvement Program
1261
1262 • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the
1263 FAA national fisting.
1264 htIR://www.faa.gov/aitports/aiRlbuy American/mcdialnadonwideBuyAmCricanWaivgglssued.pdf
1265 • Bidder shall submit a listing of equipment it proposes to install on the project that is included on
1266 the current National Buy American conformance list.
1267
1268
1269
1270
1271
1372
1273
1274
1275
1276
1277
1278
1279
1280
1281
Eauinment TvDe I Name of Manufacturer I Product Number
Certification Signature:
Bidder hereby certifies that the above fisted equipment, which we propose for installation on the
subject project, is on the current National Buy America Conformance list as established at:
http://uww.faa.gov/a4ort�JaiF/buy amerir_an/media /nadonwideBuyAmericanWaiversissued.pdf
I hereby certify the above information is accurate and complete.
Issued for Bid
July 10, 2014
Biddn'i Firm Name
Signutxn
Division 2.29
Date
Jviadon, Inc.
iIP No. 3 08 0020.53
1283
Issued for Bid Division 2.30 Jviation, Inc.
July 10, 2014 :IIP No. 3-08 0020-53
l
1283 STATE OF COLORADO
1284 CERTIFICATION STATEMENT REGARDING UNDOCUMENTED
1285 INDIVIDUALS
1286
1287 The Contractor, whose name and signature appear below, certifies and agrees as follows:
1288
1289 i. The Contractor shall comply with the provisions of CRS 8-17.5-101 et seq. As used in this
1290 Certification, the term undocumented individual will refer to those individuals from foreign
1291 countries not legally within the United States as set forth in C.R.S. 8-17.5-101 et. seq.
1292
1293 2. The Contractor shall not knowingly employ or contract with an undocumented individual to
1294 perform work under this contract or enter into a contract with a subcontractor that knowingly
1295 employs or contracts with an undocumented individual.
1296
1297 3. The Contractor represents, warrants, and agrees that it (i) has verified that it does not employ
1298 any undocumented individuals, through participation in the E -verify Program administered by
1299 the Social Security Administration and Department of Homeland Security, or (4) otherwise shall
1300 comply with the requirements of CRS 8-17.5-102(2)(b)(n.
1301
1302 4. The Contractor shall comply with all reasonable requests made in the course of an investigation
1303 by the Colorado Department of Labor and Employment. If the Contractor fails to comply with
1304 any requirement of this provision or CRS 8-17.5-101 et seq., the Owner may be required to
1305 terminate the above referenced Contract for breach and the Contractor shall be liable for actual
1306 and consequential damages to the Owner.
1307
1308 5. The Contractor shall not use the E -verify Program procedures to undertake pre-employment
1309 screening of job applicants while these services are being performed.
1310
1311 6. If the Contractor obtains actual knowledge that a Subcontractor performing work under this
1312 contract knowingly employs or contracts with an undocumented individual, the Contractor shall
1313 be required to:
1314
1315 a. Notify the Subcontractor and the Owner within three days that the Contractor has
1316 actual knowledge that the Subcontractor is employing or contracting with an
1317 undocumented individual; and
1318
1319 b. Terminate the Subcontract with the Subcontractor if within three days of receiving the
1320 notice the Subcontractor does not stop employing or contracting with the
1321 undocumented individual; except that the Contractor shall not terminate the contract
1322 with the Subcontractor if during such three days the Subcontractor provides
1323 information to establish that the Subcontractor has not knowingly employed or
1324 contracted with an undocumented individual.
1325
1326 CERTIFIED and AGREED to this .3l — day of , 2014.
1327
13'_8 VENDOR: Nbnr�rP�t_ W ,KS or Cont -"r Inc
1329 (mull Ulml Namc)
1330 n
1331 BY: DATE:
1332 (5itimature of Authorized Representative)
Issued for Bid Division 2-31 Jviation, Inc.
July 10, 2014 AIP No. 3.08.0020.53
1333
1334
l
Issued For Bid Division 2-32 Jviation, Inc.
July 10, 2014 A1P No. 3.08-0030-53
A
N N
u�
1%i H
0 0
z z
w w
E"
z `z
c m
w w
D �
m m
L
J
4
I
N
�
v
N
N
N
N
o
w
c
C
N
°w
o
m
NfVJ1
IU/1
N
O
C
Q
p
m
m
m
J
A
N N
u�
1%i H
0 0
z z
w w
E"
z `z
c m
w w
D �
m m
L
J
O
A.
99
a
Q
Ct
.7
w
x
Ln
0
1
1
�
ch
N
kn
h
�
N
N
N
N
N
N
N
N
N
N
N
N
N
N
1
1
M
uN
N
N
N
N
N
N
N
Vf
N
N
N
N
ro
u
Q
• 7
ri
O
rj
M.
Ln
Wa
f�
l
U
1
U
'l.
1
•l.
•l.
^
Ly
J
7
G
7
C
ro
G
J
C
-'
C
ro
C
ro
C
C
C
ro
C
7
G
ro
G
ro C
C
r
v n
C
n
n
pnp
R
�
n
a
yny
n
n
a
n
n
n
n
R
n
n
�
ei
H
sus
e�[
elf
els
S
u
U
F
Y
Y
u
F
� V
INC
C
J
'uJ�
lu
LL:
ro
u
G
Is
z
C
R
R
n
Y
1
y
=
J
G
^
C�
C
P
V
V
rj
R
G
w
Y
�
•�
U
�
a
U
V
�
E
`L
F
•j
•Lt
•+
L7
,
u
Y
E
U
U
:J
J
o
vi
ui
M
O
O
O
u�1
In
In
Cfi
gj
0
IJ
r
0
Vx
Vl
V)
(A
U)
N
U1
U1
N
H
V1
N
En
V1
H
O
v
H
V7
Ul
Vl
V)
UI
y
V1
U1
V7
N
VI
N
N
Vl
to
b
..
p
o
O
.7
Cl
U'f
1Il
V1
T
T
`
n
n
rs
nC
r�
C
n
C
r
C
C�
F
n
F
n
C
n
f n
n
or
tu
V
V
U
V W
U
L J
G
L
LC
G
G
L
C V
G
'L
L -.l
L
G
G
L p1
N-61)
C ?
G
ot
7
C
7
7
'1
C
7
7
V
_y
�y
:L
C
,n
n
e
L
7
7
q
n
ais
O
7
3
rl
cc
ZIna
=
arso
w
d
•�
•��
E
1`17
H
r
r
IJ
r
L
y M
_Cpn
S
5. csco5.O
f
A
gn
A.
OW
n.
A
m
a
�J
W
U
Ln
a
i
'
I
►
I%
.
1
►
1
►
`
Io
1
0
S5
o
Z
,rA%
g
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
u
4Z�
Tal
N\
N
N
N
N
N
N
N
N
N
N
N
N\
N
N
E a
Ln
LnLn
h
z
g
r
r-
o
Ln
N
N
R
0
Fit
N
^
CY
y•l.
rr.
r
f
f
r
i•
Z
'f.
Z
i+
L
R
Q
�1
J
L
C
L
C
C
C
L
L
q
C
`n
C
n
�
n
n
n
n
n
n
n
it
n
n
n
n
"
F
F
F
F
F
F
F
F
u
v u
u
F
u
u
r
�
T
v
v
T
..
7
?
3
3
7
3
3
7
7
7
7
C
`n ..
n c
i
c
u
C
L
y
Fr,
=
L
u
a
L..
.at
IF
C
e
C
C
S
Z
Se
z
8
0
o
O
a
i
�
\
0
D
O
%
Q1
CS
k
'
2
k
0
p
rq
N
7
3
W
))
)3
]
I
�
�
j
}
}
)
i
m
\
}
\
/
�
%jE
°
C4
�
a
r »
I
r-
k
j
\
}
}
.§
7
)
�
3
2
\
�
�
�
\
§
)
_
I
§
{
}
}
\
2
/
—
\
)
g
/
c
\
�
\
In
\
�
\
BLn
S
'O
P
a
.
v
r
o
'O
N
O
a
N
Vl
N
/A
IA
N
IA
N
N
V/
N
N
N
v
N
'O
.n
h
T
In
GO
W
'"'
r
�.
a
e
a
C
F
C
C
C
C
C
C
C
CC
f� n
L
n
n
eei_
n
n
fin^
n
n
el
n
n
n
n
J
N.
C
C
L
GG
L
G
C.
G
-
L
S
tc
r,
C
7
C
3
�
�
V
C
-
7
J
a
J
C
-7
v
m
s
E
?
=-V
Q
I
C!
M
z
n
r
�►
�
1
�
1
j.
�
1
�
1
�
43
In
w,
In
V,
VI
V/
Vl
VI
VI
u,
VI
Vl
In
In
CIS
o
�:
p
4Z�
�N
VI
VI
I VI
VI
N
VI
in
VI
VI
VI
VI
In
N
'O
E n
In
m
c
In
C-1
g
"
Y
�+
.�
C-8.�
rf
3
z
r.
In
ad
rI
.3
n
ro
W
9
•r.
•r.
v.
Z
>
C
F
C
C
C
n
C
C
F
C
C
C
r�
F
c
r•.
e
c
r
e
r
�
e
ti
e•
c
— e
�' r
C � H
J h
�
�
J �
� LI•i
� N
3 f•
� T.
� N
� 1.
� N'
7 v.
y v.
r ' c
•
C ,
J 1
C
G
l
C
\
G
G
G
G
G`
L
h
�
y
'�
�
k
•�
�
.a
u
��
R
�
�
7
E
Q
L
!
U
a
JI
u
II
z
S
T
T
V7
V1
�C
O
T
n
Y'I
r
i
a
�
�
1
N
Vf
(A
VI
VI
to
VI
V/
V,
VI
N
V1
V1
V7
�
�o
��
�
1
►
�
'
'
1
�
o
0
c
1
�
in
Vl
4A
VI
V/
V1
N
VI
VI
.
Vl
VI
w
N
V
a •g
8
n
n
LA
r,
w
'•
/
/
i
i
/
i•
i•
tr
tr
i
_
^J
'
7
7
7
7
7
7
r�3
n
n
n
V
n
n
GC
et
n
eel
r
n
n
n
n
n
n
n
e
n
V2
rCt
els
M
M
MV
-9
S
`c
�..
—1
c
�
c
o
�
G
Uu
c
•c
•c
•c
•c
S
r t.
zi
�
r �'
t
r �'•'
zo_
.. L
L_
r�
L
... �
L_
��
L_
r �'
r�
r 4
r�
r V
•.. �
r
Z
C
7
�f
v
••C
••CCC/
zo
CC
Z
u
Cd
e
z
Z
C
e
e
•=
c
•u
�I
m
•�
V
n
n
n
nL'
W
c
c
t
p
V
O
O
O
n
^
C
v
_
_
1;
rN
a
� ----- - - . -. - - --.- -- - c--. .W.— ... 1 ..... - - ....._..... - -
M
C p
M
CI
C
%
00
cn
4Z,
$
�,
0
0
DO
v
C�
n
N
N
N
N
N
N
N
N
N
N
N
N
N
N
cs
a
�
N
N
N
N
N
N
N
N
N
N
N
N
N
N
a
v
o
p
rl
—
a
m
�
a
C
C
F
C
C
C
C
G
G t
C
r
C
C
L
L
n
R
R
R
2
n
u
J u
v
c
o
•L;
c
'r
'e
s
:t
�
i
E
C
�
L
3
J
C
G
C
C
7
R
C
1
V
U
U
U
u
U
e
F
C
P
..
9
—
u
r
7
n
�
=
—
�
Ci
00
7�
•l.
l•�
.0
x
-ly
'.f.
'I�.
J
S
'C�
Z
Z n
r
V
V C
rl
CI
i�
i'1
i
;
C
Cr
Q
3t !
r77l
-s
Y
!
Y
C
C
5
YJ
M
C p
M
CI
C
um
z
N
N
N
N
N
N
N
n
N
N
N
N
N
N
N
1
O
0
o
O
O
o
O
Cb"
N
N
N
N
N
N.-il
N
N
N
N
N
%"
IN
N
N
{ ,.
N
b
Ln
eN•1
CI
Wa
m
Y
r--*
Y o
S 7
Z 7
7
7
7
C.
n
n
e
n
n
n
3 n
n
r n
r n
r
eCi
q
n
.1• x
n
V a
ei
•v r
1 C
es
�G
L•
L^
C
-'S �.:
`p
3 r
•3 �
3 r
`c
e�5
'.5 �
`c
.�3 a
`e
.�3 w
V"'3 �
•i =
v-� .;
`e
3 a.
.9
y w
d
Y
A
, e
L
F
q` F
F
s
F
�►
a
N
v
y
a
CA�
L
Y
7
�
tj
7
.'7
7
c•
7
7
7
7
�
3
7.
` 1.
` {�
li.i
r 4'.'
lW
` •ii
_ V
` r
W
~ �i.W
` w
� �::
� lei
tr
e
C
�
V
C
�
+
L
C
c
zi
�✓
i
72
y`7
x
L
5�i
8
S
8i
C
i
.`
-CAn
•u
� �
.G
'L
L
L—
.�. 7
Z
Z
S
3
�
Ln
.��
m
a
O
rl
e•1
�j0
�+
C
f
[V`I
1
r
CI
C
C
C
r
C
C
r
C
um
z
r
M
I
v
F
O
K
N
N
u
1
•e
w
0
O
�
1
7
N
�
N
u
•a a
Wa
m
n
n
-9
4
z
V
U
1
`n�
•r ` O
Y
C
ti
2
u
s
r
s
ji
M
C
U
x
V
C
F
E-
3. 7
S
n
.�
C
le
f`I
e
U
H
i
f`I
�
r
M
I
v
l
s
C
J
I
t
1
\
_ 7
O
5
0
O
O
h
N
�
N
I
V
T
N
h
a
1
`N
1
\
n
Y
Wa
N
M�
N
C
a
N
I�
N
b
a
n
n
n
a •a
F
� F
Wa
u
U
l
e
'bn
3
z
r
N
r
h
�s v
•3 v
F
Y
f
u
V
�-n
J
u
A
L
L
'C
G
n 7
n
3
e
•u
rs
a
17
�
U
Q
V
m
C
fS.l
U
3
z
RW
:.1
E
s
C
J
I
t
1
\
_ 7
5
�
O
N
h
N
z�
N
I
V
\
I
a
N
kr�
N
n
Y
Wa
N
M�
N
C
a
t
^1
a
n
n
n
F
� F
P
u
U
�-
a
e
'bn
3
z
L
U
Y
n �
e
J
A
L
L
'C
G
x'
a.
R
V
•u
r
u
J
�
V
U
z
Y
s
C
J
1
'
_ 7
H
�
O
M
z�
N
N
V
\
I
a
q
N
N
M�
N
b
Cl
v
P
f
_'
�-
a
e
'bn
3
z
U
Y
J
L
L
'C
G
7
a.
-
U
Y
LJ
J
C
RW
:.1
'C
w
Q
`
�
z
�
E
^
s
C
J
L
_ 7
z�
July 23, 2014
To: Plan Holders for Improvements to the
Eagle County Regional Airport
Eagle County, Colorado
AIP Project No. 3-08-0020-53
Reconstruct Air Carrier Apron Phase II
Transmitted herewith is Addendum No. 1 to the Contract Documents, Plans and Specifications dated July
10, 2014 for Improvements to the Eagle County Regional Airport, Eagle County, Colorado, Alp Project
No. 3-08-0020-53.
SCHEDULE I:
Apron Reconstruction
SCHEDULE II:
Apron Reconstruction & Infield Area Improvements
SCHEDULE III:
Apron Reconstruction
l
Addendum No. l
July 23, 2014
To: Contract Documents, Plans
and Specifications
AIP Project No. 3-08-0020-53
Dated: July 10, 2014
ADDENDUM NO.1
TO
CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
FOR IMPROVEMENTS TO THE
EAGLE COUNTY REGIONAL AIRPORT
EAGLE COUNTY, COLORADO
AIP PROJECT NO. 3-08-0020-53
To All Bidders: You are requested to make all changes and/or additions contained in this addendum to the
Bidding Documents. Failure to acknowledge this Addendum in Proposal shall result in the rejection of your
bid. Bidders are informed that the above referenced Contract Documents, Plans and Specifications are
modified as follows as of July 23,2014-.
1. CONTRACT DOCUMENTS
CONTRACT PROPOSAL, Division 1-12,24.2 Bid Alternate No. 1.
Replace this section with the following:
"In the event Bid Alternate l is awarded, the "Bid Alternate 1" Bid Item P -140e will replace the "Base
Bid" Bid Item P -140c as discussed in section 24.1.
For bid item P -140e Concrete Pavement Removal (Full Depth), the Contractor shall dispose of the
removed concrete pavement off-site and at a location of their choosing.
In addition, the Contractor shall provide a credit to the project for the purchase of the rubblized
concrete material for the Contractor's use.
Award of the bid alternate will eliminate the requirement of placing the rubblized material in the
specified fill areas as described in the plans and specifications per the Base Bid.
The total cost for the bid alternates will be determined by using all items in the base bid with the
exception for replacing the P -140c bid items with the respective P -140e bid items. Additionally, the
credit for purchasing of the concrete material will be deducted from the bid totals."
CONTRACT PROPOSAL, Division 1-12,25. Badging Requirements.
Replace first sentence with the following sentence:
"Prior to the start of construction, the apparent successful contractor must begin the Air Operations
Area (AOA) / Security Identification Display Areas (SIDA) badging process with the Eagle County
Regional Airport — Administrative Department."
Page 2 of 6
Addendum No.1
July 23, 2014
To: Contract Documents, Plans
and Specifications
AIP Project No. 3-08-0020-53
Dated: July 10, 2014
SPECIAL PROVISIONS, Division 2-26, Buy American Waiver Request Section 9.
Replace the listing reference on the thud line of the paragraph with the following:
btip://www.faa.gov/k[ports/aip/buy american/media/nadonwide-bu, ivers-issued,pdf
CONTRACT PROPOSAL, Division 2-33, BID PROPOSAL.
Replace Division 2-33 through 2-46 with the attached sheets Division 2-33a through 2-46x.
CONTRACT AGREEMENT, Division 3-2, ARTICLE 6..
On line 1384, replace ten (10) calendar days with thirty (30) calendar days.
SPECIAL PROVISIONS PART A — Federal Requirememts, Division 5-13 Section 11.11 Federal
Wage Rates.
Add the following new section 11.11 after section 11.10:
"11.11 Federal Wage Rates.
Wage rates are valid for ninety (90) days and may be adjusted following the bidding of this
project. A change order may be required if wage rates are revised."
SPECIAL PROVISIONS PART A — Federal Requirememts, Division 5-25 Section 19.2 BUY
AMERICAN PREFERENCE
Replace the listing reference on the third line of the paragraph with the following:
SPECIAL PROVISIONS PART C — AIRPORT REQUIREMENTS, Division 5-39 Section 12
INSURANCE.
On lines 6360, 6361, and 6363, replace the amount of $1,000,000.00 with $2,000,000.00 in all instances_
TECHNICAL SPECIFICATIONS, Appendix P.
Replace Appendix P-1 through 13-2 with the attached sheets Appendix P 1a through P -2a.
Pap 3of6
Addendum No. l
July 23, 2014
To: Contract Documents, Plans
and Specifications
A1P Project No. 3.08-0020-53
Dated: July 10, 2014
MEyNa1 1
Replace sheet G003 with the corresponding attached sheet. Several quantities were revised on the
summary of approximate quantities table.
Replace sheet G004 with the corresponding attached sheet. Note #37 was revised to include additional
information.
Replace sheet G005 with the corresponding attached sheet. The contractor haul route was revised to go
around the ILS critical area.
Replace sheet C100 with the corresponding attached sheet. Note #8 was added and this note applies to
all Demolition sheets, C100 — C105.
Replace sheet C202 with the corresponding attached sheet. The geometry of the pavement edge on the
east side of Taxiway A3 was revised.
Replace sheet C301 with the corresponding attached sheet. An underdrain pipe label was corrected to
read "non-perf." instead of "pert."
Replace sheet C302 with the corresponding attached sheet. A storm sewer manhole was corrected to ,
read "manhole" instead of "inlet."
Replace sheet C400 with the corresponding attached sheet. A storm sewer manhole was corrected to
read "manhole" instead of "inlet." The grate elevation for proposed storm inlet (AS) in the profile was
corrected to match the elevation shown in the plan view.
Replace sheet C500 with the corresponding attached sheet. The infield area was revised in Typical
Section "B" to reflect existing conditions. The proposed underdrain location was revised in Typical
Section "C" to reflect its correct location.
Replace sheet C501 with the corresponding attached sheet. The dimension leader arrows were corrected
in Typical Sections "D" and "E." The proposed storm sewer was also added to Typical Section "E."
Replace sheets C000, and C602 — C605 with the corresponding attached sheets. Minor changes to the
concrete joints were revised on the sheets.
Replace sheet C650 with the corresponding attached sheet. The Type "Al" reinforced isolation joint
detail was removed. The isolation joint detail was renamed to "Al." The joint filler material was revised
on Details "A" and "A-1."
Replace sheets C700, C701, and C702 with the corresponding attached sheets. Minor changes to the
pavement markings were revised on the sheets.
Page 4 of 6
Addendum No.1
July 23, 20I4
To: Contract Documents, Plans
and Specifications
A1P Project No. 3-08-0020-53
Dated: July 10, 2014
Replace sheet E104 with the corresponding attached sheet. Sheets notes #18 and #19 were added and
minor changes to electrical improvements were revised on this sheet.
Replace sheet E201 with the corresponding attached sheet. The Airport Guidance Signs table was
corrected.
Replace sheet E204 with the corresponding attached sheet. Details #1 and #3 were revised.
Replace sheet E205 with the corresponding attached sheet. Detail #4 was revised.
Replace sheet E206 with the corresponding attached sheet. Minor revisions were made on Panel
Schedules shown on Detail #1. A minor revision was made to a label in Detail #2.
3. SPECIFICATIONS
Remove the second through fourth sentences in the seventh paragraph of subsection 152-2.5 Formation
of Embankments in the P-152 Excavation and Embankment specification.
1) Can you please provide clarification for the intent of the Bid Alternate 1 credit and the Bid
Alternate 1 P -140e bid item?
ANSWER: If it is in the best interest of the project to award Bid Alternate 1, the Contractor will be
required to purchase the rubblized concrete material. The purchase price for this material shall be in a
form of a credit to the project. The Contractor shall list the value of this credit on the Bid Proposal
Summary Sheet (Division 2-33), on the line listed as "Project Credit for Contractor Purchase of
Rubblized Concrete Material". This shall consist of a lump sum credit to the project for the
Contractor's purchase of this material and offsite disposal. A credit needs to be provided for Schedules
I, II, and III.
In addition to this project credit, the Contractor shall also submit unit prices for Schedules 1, Il, and III
bid item "P -140e Concrete Pavement Removal (Full Depth)". These unit prices shall include the costs
to demolish and remove the concrete pavement from the project site and should not include costs to
place the concrete material in the fill areas, as required by the base bid. These unit prices will replace the
respective Schedules I, II, and III unit prices for bid item "P -140c Concrete Pavement Removal (Full
Depth)" submitted for the base bid.
It is the intent of the Base Bid for the Contractor to include all costs to place and compact the rubblized
concrete material at the fill area in the base bid's "P -140c Concrete Pavement Removal (Full Depth)."
Page 5 of 6
Addendum No. l
July 23, 2014
To: Contract Documents, Plans
and Specifications
AIP Project No. 3-08-0020-53
Dated: July 10, 2014
If Bid Alternate l is awarded, the Contractor will not be required to place the rubblized concrete
material in the fill areas, and thus their unit costs for bid item "P -140c Concrete Pavement Removal
(Full Depth)" should change. The Bid Alternate l "P -140e Concrete Pavement Removal (Full Depth)"
bid items should reflect these costs.
* END OF ADDENDUM NO.1 #
Page 6 of 6
JVIATOON'
July 28, 2014
To: Plan Holders for Improvements to the
Eagle County Regional Airport
Eagle County, Colorado
AIP Project No. 3-08-0020-53
Reconstruct Air Carrier Apron Phase II
Transmitted herewith is Addendum No. 2 to the Contract Documents, Plans and Specifications dated July
10, 2014 for Improvements to the Eagle County Regional Airport, Eagle County, Colorado, AIP Project
No. 3-08-0020-53.
SCHEDULE I;
Apron Reconstruction
SCHEDULE II:
Apron Reconstruction & Infield Area Improvements
SCHEDULE III:
Apron Reconstruction
Addendum No. 2
July 28, 2014
To: Contract Documents, Plans
and Specifications
AIP Project No. 3-08-0020-53
Dated: July 10, 2014
ADDENDUM NO.2
TO
CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
FOR IMPROVEMENTS TO THE
EAGLE COUNTY REGIONAL AIRPORT
EAGLE COUNTY, COLORADO
AIP PROJECT NO. 3-08-0020-53
To All Bidders: You are requested to make all changes and/or additions contained in this addendum to the
Bidding Documents. Failure to acknowledge this Addendum in Proposal shall result in the rejection of your
bid. Bidders are informed that the above referenced Contract Documents, Plans and Specifications are
modified as follows as of July 28,2014:
CONTRACT PROPOSAL, Division 2-33, BID PROPOSAL.
Replace Division 2-33a through 246a with the attached sheets Division 2-33b through 2-466.
2. QUESTIONS RECEIVED
1) In the invitation for bid Division 1-2 it is stated that bids may be held by the county for 275
days however an `estimated schedule is given from April 15, 2015 with a winter shutdown
and a completion at the end of July 2016. The contractor must assume that notice of award
might not be given until the end of April and the project start would be pushed out. Is it
correct that the county intends to require bids to be held for 275 days?
ANSWER: Yes, the County will require bids to be held for 275 days as discussed in Items 13 and 15 in
the Instructions to Bidders. It is anticipated that the Contractor would be provided the Notice of Award
before the end of the 275 calendar day bid hold, and the Notice to Proceed in April 2015, in order for
construction to commence on April 15, 2015.
Page 2 of 6
Addendum No. 2
July 28, 2014
To: Contract Documents, Plans
and Specifications
A1P Project No. 3-08-0020-53
Dated: July 10, 2014
2) Schedule One is divided into two phases. Schedule Two is divided into six phases. Schedule
Three is divided into six phases. The flasher barricades are shown around the perimeter of
each phase with no depiction that they must be phased or moved? Is the contractor to bid a
schedule requiring each phase to be completed individually for each Schedule prior to
starting any other phase within that schedule? If so, will the barricades be required to be
moved and reset for each phase? Is the contractor to bid that each schedule must be
constructed independently from the other schedules?
ANSWER: At this time, the contractor should bid each schedule as if each phase should be
constructed before beginning the next phase. This would include removing and resetting the barricades
for each phase.
3) Please confirm that per Specification Section 152-2.2.e, the material under 16-1/2 PCCP
must be reconditioned to a depth of 24 inches?
ANSWER: Yes, the subgrade material beneath the 16 '/s" P-501 PCCP shall be removed, blended,
moisture conditioned, processed and re -compacted for a depth of 24 -inches. This work is to be paid for
under item P-1526. See Specification 1'-152, Section 152-2.7 for further explanation.
4) Per Specification Section 152-2.12, please confirm that no compaction and testing of the
concrete rubble will be required and that approval from the Engineer will be by `...establish
a standard means and methods...'?
ANSWER: Per Specification P452, Section 152-2.12; "When applicable the concrete rubble shaU be
compacted to 951 o of the maximum dry density as determined by ASTM D 1557.......... When it is not
practical to determine the maximum dry density with ASTM D 1557, the contractor shall establish a
standard means and methods for placement and compaction of the concrete rubble to the approval of
the Engineer." The determination of applicability is based on the recommendations in ASTM 1557 and
subsequently ASTM D 4718 regarding oversized material. Generally the requirement for compaction
testing would only be waived when the gradation of the crushed product indicates that greater than 30%
of the crushed product is oversized (would be retained on the M -inch sieve).
5) Plan sheet G005 designates an area described as `Concrete Rubble / Waste Area'.
Specification section 140.1.1 says `...asphalt and concrete material may be disposed of in fill
areas...'. Can asphalt rubble be placed in the rubble / waste area designated on the plans?
ANSWER: Yes, asphalt rubble can be placed in the "Concrete Rubble/Waste Area" and placed per the
P-152 specification.
Page 3of6
Addendum No. 2
July 28, 2014
To: Contract Documents, Plans
and Specifications
A1P Project No. 3.08-0020-53
Dated: July 10, 2014
6) Spec section 152-2.12 references stabilization fabric installed over the concrete rubble prior
to placement of P-152 embankment. Will these items be required at the waste area?
ANSWER: Yes, per Specification 152-2.12, stabilization fabric will be placed on top of the concrete
rubble prior to the placement of P-152 embankment material.
7) Specification Section 152-2.7 states `...Expansive soils... percent swells of greater than
3% ... If soils with this characteristic are encountered then they shall be removed at the
Engineer's discretion, per Overexcavation' Is the pay item quantity of 43,600 cubic yards of
Overexcavation a contingency or is it anticipated that this material will have to be removed?
If removed, is the contractor to provide embankment material from an off-site source?
ANSWER: The 43,600 cubic yards is a contingency. In the e%,ent overe.xcavation is required, the
Contractor would be responsible to provide the replacement embankment material as part of the
overexcavation bid item.
8) Please confirm that per the instructions to bidders section 12.d not all bid schedules may be
awarded and it is possible that only one single schedule may be awarded and that the award
is based on the availability of funding. The Contractor will carry fixed administrative costs
associated with managing the project. How is the Contractor supposed to allocate those
costs throughout the three schedules?
ANSWER: Per the Instructions to Bidders Item 12(d); "The owner will determine which Schedules
and/or Bid Alternates will be awarded based on the received bid prices and available funding...... Not
all Schedules and/or Bid Alternates may be awarded. A combination of Schedules and Bid Alternates
may be awarded, including only a single Schedule" A Mobilization line item is included within each bid
schedule could be utilized for the allocation of such costs.
9) Is all or any part of the asphalt removed from this project required to be rotomilled?
ANSWER: Per Specification P-140, Section 140-2.1; "The complete removal of pavement may be
accomplished with any approved method." Partial removal of asphalt pavement, such as that associated
with the butt joints along existing asphalt pavements would require rotomilling.
10) Sheet G004 — Note 18 reference traffic control and other requirements of coordination with
three different entities for access to the project. Are there any known special requirements or
can contact information be provided allowing us to determine what these requirements
might be?
ANSWER: Traffic control may be required if the Contractor plans on using county roads for
construction vehicle traffic.
Page 4 of 6
Addendum No. 2
July 28, 2014
To: Contract Documents, Plans
and Specifications
A1P Project No. 3-08-0020-53
Dated: July 10, 2014
11) If the material required for Spec section 154 is not delivered at the appropriate moisture
content, is it the intent of section 154-3.4 that the material be plant mixed prior to placement
if it is more than a percent or two from optimum moisture?
ANSWER: No. Per Specification P-154, section 154.3.4; "Any minor deficiency or excess of moisture
may be corrected by surface sprinkling or by aeration. In such instances, some mixing or manipulation
may be required, immediately preceding the rolling, to obtain the required moisture content."
12) Specification section 306-2.1 states ' The aggregates shall conform to all requirements as
specified in P-501'. Does this include the requirements for reactivity?
ANSWER: Yes
13) Specification section 306-3.1.2 requires an air content of 5.5 — 6.5 percent and section 306-
6.1.1 states that air content shall be 4 to 8 percent. Is the requirement 4 to 8 percent?
ANSWER: Section 306-3.1.2 is in reference to the mix design, which requires the air content for the
trial batch submitted as part of the mix design to be within 5.5 to 6.5 percent. During production the air
content can be between 4 to 8 percent.
14) Specification Section 306-5.4 requires grade control every 25 feet in the transverse direction
but joints are to be constructed within 3-6 inches of the PCCP joints. Is the intent of the
spec to require placements of econocrete no wider than 15 feet?
ANSWER: The 25 foot requirement is a maximum value, the Contractor has the option to perform
grade control survey at a frequency less than the 25 foot requirement to accommodate their proposed
placement widths.
15) Spec section 306-6.1.2 requires two cylinders for strengths ® seven days. Sawing of joints is
required if strengths exceed a 3 -day value. Please confirm that cylinders will be required for
three day strengths.
ANSWER: There are two different requirements in regards to the sawing of joints in econocrete. One,
per Secdon 306-3.1.1 if the average compressive strengths of the 3 day cylinders, associated with the mix
design, exceeds 500 psi transverse joints are required to be constructed in all econocrete base courses
constructed. Two, per section 306-6.2.1 if (during production) more than 20 percent of the individual
cylinders in a given lot, tested at 7 days, have a compressive strength in excess of 800 psi transverse
joints shall be constructed. Therefore it is recommended in the situation where the 3 day mix design
compressive strengths are less than 500 psi that the Contractor, as part of their quality control plan,
includes early break testing, in order to determine if transverse joints will be required prior to the
installation of the bond breaker material.
Page 5 of 6
Addendum No.2
July 28,2014
To: Contract Documents, Plans
and Specifications
A1P Project No. 3-08-0020-53
Dated: July 10, 2014
16) Please confirm that aggregates for spec section P-610 must be tested by ASTM C 1567?
ANSWER: Yes. Per Specification P-610 STRUCTURAL PORTLAND CEMENT CONCRETE,
MATERIALS, Section 610-2.1 General. Aggregates are required to be tested for deleterious reactivity
with alkalis in the cement that may cause excessive expansion of the concrete in accordance with ASTM
C 1567.
17) Sheet G008 Pavement Core and Soil Boring Locations — Bores DH -10, DH -11, DH -12, DH -
13 & DH -14 show existing Asphalt Pavement (AP) of 5", 4", 4.5", 6" & 4" respectively.
These bores are located in the Schedule 1 location. The Schedule 1 bid schedule does not
include quantities for Asphalt Pavement Removal. Is the removal of this material incidental
to the Concrete Pavement Removal item?
ANSWER: Per Specification P-140 PAVN•IENT REN-IOVAL, Section 140.1.1, fourth paragraph;
"Concrete Pavement Removal (Full Depth) shall include the entire removal of any underlying asphalt
concrete, or lean concrete pavement sections or any combination thereof beneath the concrete
pavement."
18) Sheet C360 Drainage Details, Detail 1/C360 Under Drain Cleanout Detail shows two clean
outs. Does the pay quantity for this scope of work for one clean out include the two per the
detail or does the detail demonstrate two each clean outs?
ANSWER: Detail 1 on Sheet C360 would demonstrate a quantity of two cleanouts for payment.
19) Drawing sheet.66 detail 4 shows a new L861T on an existing base can. Is a new base plate
required?
ANSWER: The existing base plate can be reused as long as the new L861T light can be correctly fit and
accommodated.
20) Please verify the number of inspection pits and cleanouts.
ANSWER: The number of inspection pits and underdrain pipe has been revised for Schedule III.
Please see the attached revised bid proposal, sheets 2-33b — 2-46b.
21) Can you please verify the asphalt quantities for Schedule II and III? It appears each
schedule has too much tonnage.
ANSWER: In Schedule II at Taxiway "A3", existing asphalt pavement will be removed for the
installation of the proposed 36" storm sewer pipe. Since Schedule II will be completed before Schedule
III is started, an assumed full depth asphalt pavement of 12" thick will be constructed in this location
where the existing pavement was removed to install the stormwater infrastructure. In Schedule III,
there will be a butt joint at this location when the full depth asphalt is removed and replaced with the
full depth concrete section.
** END OF ADDENDUM NO.2 **
Page 6 of 6