No preview available
HomeMy WebLinkAboutC19-007 Concrete Works of ColoradoDocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 AGREEMENT FOR CONSTRUCTION BETWEEN EAGLE COUNTY, COLORADO AND CONCRETE WORKS OF COLORADO, INC. THIS AGREEMENT ("Agreement") is effective as of the 1/9/2019 , by and between Concrete Works of Colorado, Inc., (hereinafter "Contractor") and Eagle County, Colorado, a body corporate and politic (hereinafter "Owner"). RECITALS WHEREAS, Owner desires to contract with Contractor for North General Aviation Apron Reconstruction; and WHEREAS, Eagle County solicited an Invitation for Bid for AIP Project No. 3-08-0020-057-2017 dated July 31, 2018 which is incorporated herein by this reference, which complied with federal guidelines for the North General Aviation Apron Reconstruction using state and/or federal grant dollars (the "Solicitation'. The funding for the construction of this project is under AIP Project No. 3-08-0020-059-2018. A copy of the Solicitation is attached hereto as Exhibit A and incorporated herein by this reference; and WHEREAS, Contractor submitted a proposal on July 31, 2018 (the "Proposal," a copy of which is attached hereto as Exhibit B and incorporated herein by this reference) and was chosen as the successful respondent to the Invitation for Bid for the Project; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the construction and/or materials as set forth below in Section 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and Owner in connection with the construction and/or materials. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and Owner agree as follows: Construction. Contractor agrees to furnish labor and procure the materials, equipment, and products needed to perform all the work necessary to complete the project as described in Exhibit B which is attached hereto and incorporated herein by reference. The construction shall be provided in accordance with the provisions and conditions of this Agreement. a. The Contractor agrees to commence work within ten (10) calendar days after the receipt of a Notice to Proceed. Extensions of the Contract Time may only be permitted by written execution of a formal modification to this Agreement as approved by the Owner. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 b. This Agreement shall include "Contract Documents" as the same as defined in Paragraph 10-13, Section 10 of the General Provisions of the Solicitation and consisting of the Plans, 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, Supply Bond, Notice to Proceed, Notice of Contractor's Settlement, Wage Rates, General Provisions, Special Provisions, Technical Specifications, attached appendices and all documents incorporated by reference. Said "Contract Documents" are made a part of the Agreement as if set out at length herein. The Contract Documents may only be altered, amended, or repealed by written amendment as outlined by Section 4 of this Agreement. The intent of the Contract Documents is to include all items, components and services necessary for the construction of the project. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. If there is a conflict between terms in this Agreement and the Contract Documents, the Contract Documents shall control. C. Owner shall have the right to inspect all construction per Section 50 of the Contract Documents. Inspection and acceptance shall not be unreasonably delayed or refused. d. LIQUIDATED DAMAGES. Owner and Contractor recognize that time is of the essence with regard to the performance of services under this Agreement and that Owner expects Contractor to complete construction within the Contract Time. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving a legal or arbitration preceding the actual loss suffered by Owner if the construction is not complete within the Contract Time. Accordingly, instead of requiring such proof, Owner and Contractor agree that as liquidated damages (but not as a penalty) for delay beyond the Completion Date, Contractor shall pay Owner two thousand five hundred dollars ($2,500.00) for each day that expires after the Completion Date until the construction is complete. 2. Owner's Representative. The Eagle County's designee per Section 9 of this Agreement shall be Contractor's contact with respect to this Agreement. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of Section 10 hereof, shall continue in full force and effect through the terms outlined in Section 1 a of this Agreement. 4. Extension or Modification. Any amendments or modifications to the Contract Documents shall be in writing signed by both parties. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the construction, and no claim that Owner has been unjustly enriched by any construction, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by Owner for such additional construction is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional construction shall be deemed waived and such failure shall result in non-payment for such additional construction. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 5. Compensation. Owner shall compensate Contractor for the construction in a sum computed and payable as set forth in Exhibit B. The compensation for the construction under this Agreement shall not exceed $5,533,115.50. a. Partial payment will be made for construction and accepted by Owner within thirty (30) days of receipt of a proper and accurate invoice from Contractor. 10% retainage shall be held until final acceptance of the construction pursuant to the Contract Documents. All invoices shall include detail regarding the construction and such other detail as Owner may request. b. If, at any time during the term or after termination or expiration of this Agreement, Owner reasonably determines that any payment made by Owner to Contractor was improper because the construction for which payment was made was not provided as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from Owner, Contractor shall forthwith return such payment(s) to Owner. Upon termination or expiration of this Agreement, unexpended funds advanced by Owner, if any, shall forthwith be returned to Owner. C. Notwithstanding anything to the contrary in the Contract Documents the Contractor hereby acknowledges and agrees that Owner's performance under the contract is subject to receipt of funds from the FAA and further is subject to annual appropriation by Owner in accordance with a budget adopted by Eagle County Board of County Commissioners in compliance with the provisions of Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution Article X, Sec. 20). Owner may issue multiple Notice(s) to Proceed in incremental stages and funding becomes available. d. Federal Grant Contract: The Parties acknowledge that Owner is a recipient of a grant awarded by the United States Department of Transportation, Federal Aviation Administration ("FAA"), which will be used to fund, in part, the construction. The Contractor is subject to the Buy American Preference, Foreign Trade Restrictions, Government -Wide Debarment and Suspension, Government -Wide Requirements for Drug -Free Workplace and the Federal Provisions included in Part A of the Special Provisions contained in the Contract Documents. 6. Insurance. The Contractor shall pay for and maintain during the life of this contract adequate Workmen's Compensation, Public Liability and Property Damage Insurance. The Contractor is charged with the responsibility for adequate and proper coverage for all his subcontract operations. Contractor shall furnish to the Owner satisfactory proof of carriage of the insurance required. Public Liability Insurance shall be in the amount of not less than $2,000,000.00 for injuries, including accidental death, to any one person, nor less than $2,000,000.00 on account of any one accident. Property Damage Insurance shall be carried in an amount not less than $2,000,000.00. Such Liability Insurance shall include completed operation coverage. a. Contractor shall maintain the foregoing coverage in effect until the work is completed and all applicable statutes of limitations have run. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 b. All policies must contain an endorsement affording an unqualified thirty (30) days' notice of cancellation of coverage. C. All policies must be written by insurance companies whose rating in the most recent Best's rating guide is not less than A -(VII). d. Certificates of Insurance with the required endorsements evidencing the coverage and naming the Owner as Additional Insured must be delivered to the County prior to commencement of any work under this Agreement. Notwithstanding any other provision hereof, the Contractor shall provide the County a complete copy of any policy of insurance required hereunder within five (5) business days of a written request from the County, and hereby authorizes the Contractor's brokers, without further notice to or authorization by the Contractor, to immediately comply with any written request of the County for a complete copy of any policy required hereunder. e.. The general liability insurance policy shall be endorsed as follows: i. Designated construction project general aggregate limit endorsement, ISO GC 2503 or equivalent; ii. Automatic Additional Insured Endorsement, Owners, Lessees or Contractors, ISO Form 2038 or equivalent; iii. Additional Insured — Completed Operations Owners, Lessees or Contractors Endorsement, ISO CG 2037 or equivalent. iv. The Completed Operations coverage must be kept in effect for up to the statue of repose after project completion. f. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. g. The insurance provisions of this Agreement shall survive expiration or termination hereof. h. A certificate of insurance consistent with the foregoing requirements shall be included in the Contract Documents and attached hereto as Exhibit C. 7. Indemnification. The Contractor shall indemnify and hold harmless Owner, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which Owner may become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse Owner for reasonable attorney fees and costs, legal and other expenses incurred by Owner in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the Owner to the DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 extent that Owner is liable to such third party for such claims without regard to the involvement of the Contractor. This Section shall survive expiration or termination hereof. 8. Documents. Contractor shall provide copies of any instruction or operations manuals and shall further provide copies of any manufacturers warranties associated with the construction as required by the Contract Documents. 9. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this Section by giving five (5) days prior written notice of such change to the other party. OWNER: Eagle County, Colorado Attention: Rick Ullom 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-3578 Facsimile: 970-328-2687 E-mail: Rick.Ullom@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-38-8685 Facsimile: 970-328-8699 E -Mail: atty@eaglecounty.us CONTRACTOR: Concrete Works of Colorado, Inc. 1260 Rock Creek Circle Lafayette, CO 80026 (303) 665-2933, EXT 110 (303) 665-2996 (fax) reaannf@cwc-email.com ENGINEER: Jviation, Inc. 900 S. Broadway Denver, CO 80209 (303) 524-3030 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 (303) 524-3031 (fax) Matt.gilbreath@jviation.com 10. Termination. Owner may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide Owner with all documents as defined in Section 8 hereof, in such format as Owner shall direct and shall return all Owner owned materials and documents in the possession of Contractor, if any. Owner shall pay Contractor for construction satisfactorily inspected and accepted to the date of termination. 11. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 12. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. 13. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the intended purpose and use of the construction to be provided hereunder, the intended use of such construction by Owner, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or construction. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of this Agreement. C. The fact that the Owner has accepted or approved the construction shall not relieve Contractor of any of its responsibilities. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the terms of this Agreement. Contractor shall provide appropriate supervision to its employees to ensure the performance in accordance with this Agreement. Contractor will provide the construction in a skillful, professional and competent manner and in accordance with the standard of care applicable to Contractors supplying similar construction. d. Contractor warrants merchantability and fitness of the construction for its intended use and purpose. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 e. Contractor hereby represents and warrants that the construction will be new and guarantees all construction against defects for a period of one (1) year from the date the construction is accepted by Owner, or such longer period as may be provided by the law or as otherwise agreed to by the parties. f. All guarantees and warranties of construction furnished to Contractor by any contractor or supplier are for the benefit of Owner. If any Contractor or supplier of any construction furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor's guarantee or warrantee shall extend for a like period as to such construction as more completely detailed in the Contract Documents. g. Contractor warrants that title to all construction shall pass to Owner either by incorporation into the Owner facility or upon receipt by Contractor of payment from Owner (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any other person performing Work) constructed the project free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the construction until Owner has inspected and approved the same. h. Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense, without cost to Owner, and without interruption to Owner: i. Any defects in construction which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and u. Any damage to any property caused by such defects or the repairing of such defects. i. Guarantees and warranties shall not be construed to modify or limit any rights or actions Owner may otherwise have against Contractor in law or in equity. j. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. k. This Agreement constitutes an agreement for performance by Contractor as an independent Contractor and not as an employee of Owner. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master - servant, partnership, joint venture or any other relationship between Owner and Contractor except that of independent Contractor. Contractor shall have no authority to bind Owner. 1. Contractor represents and warrants that at all times in the performance of the Agreement, Contractor shall comply with any and all applicable laws, codes, rules and regulations. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 M. The Contract Documents contain the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. n. Contractor shall not assign any portion of this Agreement without the prior written consent of the Owner with the exception of any firms listed in the "Subcontractor/ Supplier List" as submitted with the original bid proposal. Any attempt to assign this Agreement without such consent shall be void. o. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. p. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. q. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. r. The signatories to this Agreement aver to their knowledge no employee of the Owner has any personal or beneficial interest whatsoever in the construction described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Agreement and Contractor shall not employ any person having such known interests. S. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 14. Prohibitions on Government Contracts. As used in this Section 14, the term undocumented individual will refer to those individuals from foreign countries not legally in the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E -Verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: https://www.uscis.gov/e-verify C. Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and Owner within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and ii. Terminate the subcontract with the subcontractor if within three (3) days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). f. If Contractor violates these prohibitions, Owner may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to Owner as required by law. g. Owner will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and Owner terminates the Agreement for such breach. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. Attest: Fr; uSigned by: By: na YbVi A, Reginagi��4r�eri40Clerk to the Board COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its BOARD OF COUNTY COMMISSIONERS DocuSigned by: By: t� . P) 86A681 FFEB84403... Jeanne Mcqueeney , Chair CONTRACTOR: DocuSigned by: By: F "brxs�tr Y. 6E183BAO66D5408... Print Name: ReaAnn Fletcher Title: vice President DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 INVITATION FOR BIDS Eagle County Regional Airport Gypsum, Colorado AIP Project No. 3-08-0020-057-2017 Sealed bids, subject to the conditions contained herein, for improvements to the Eagle County Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-057-2017 will be received by the Eagle County Regional Airport, Airport Administration Office, 0219 Eldon Wilson Road, Gypsum, Colorado, 81637, until Tuesday, July 31, 2018, at 10:00 A.M., and then publicly opened and read aloud in the Eagle County Regional Airport SRE Facility, Training Room, 0221 Eldon Wilson Road, Gypsum, Colorado, 81637. The work involved will include the following: Schedule I - North General Aviation Apron Reconstruction The approximate quantities of major bid items involved in the proposed work are: P -101c Asphalt Pavement Removal (Full Depth)-------------------------------------------------------------32,130 SY P -152a Unclassified Excavation ....................................................................................... 16,310 CY P -152b Subgrade Preparation-------------------------------------------------------------------------------------------32,360 SY P -209a Crushed Aggregate Base Course----------------------------------------------------------------------------5,400 CY P -501a Portland Cement Concrete Pavement (12 -Inch) ---------------------------------------------------30,955 SY Construction for this project is expected to take 150 calendar day(s). Contract Documents. The complete set of Specifications and Contract Documents can be downloaded from Jviation, Inc.'s bid site (http://bid.jviation.com), beginning on July 9, 2018. In order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the Planholder's List. To view all planholder documents (contract documents, plans and addendums) you must fill out the online form located at (http://www.jviation.com/bidrequest). By filling out and submitting this form, you agree to be publicly listed on the bid site with your contact information as a planholder for all projects requested. It is the planholder's responsibility to review the site for addendums and changes before submitting their proposal. For additional information, please contact us via email at bidinfonjviation.com. *Note that contractors will NOT be automatically added to new projects. You will need to re -submit the online form for access to new projects. Once granted access, additional projects will use your same login credentials. Note: Plan ahead when submitting the online request form and allow up to 2 business days for approval and access to projects. Pre -Bid Conference. The pre-bid conference for this project will be held on Wednesday, July 18, 2018 at 10:00 A.M., in the Eagle County Regional Airport SRE Facility, Training Room, 0221 Eldon Wilson Road, Gypsum, Colorado, 81637. All bidders are required to examine the site to become familiar with all site conditions. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Bid Conditions. The bidder is required to provide all information as required within the Contract Documents. The bidder is required to bid on all items of every schedule or as otherwise detailed in the Instructions to Bidders. Bids may be held by Eagle County, Colorado for a period not to exceed 275 Calendar days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. Eagle County, Colorado reserves the right, to reject any and all bids and to waive any informality in the bids received. All questions regarding the bid are to be directed to Matt Gilbreath, P.E. with Jviation, Inc., 900 South Broadway, Suite 350, Denver, Colorado 80209, (303) 524-3030, Fax: (303) 524-3031, or email Matt.Gilbreath@jviation.com. Bid Bond. Guarantee will be required with each bid as a certified check on a solvent bank or a bid bond in the amount of five (5) % of the total amount of the bid, made payable to the Eagle County, Colorado. Performance & Payment Bond. The successful bidder will be required to furnish separate performance and payment bonds each in an amount equal to 100% of the contract price. Airport and Airway Improvement Act of 1982 as amended. In accordance with the Davis -Bacon Act, as amended, the Contractor will be required to comply with the wage and labor requirements and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor. Equal Employment Opportunity and Affirmative Action Requirement. The proposed contract is under and subject to 41 CFR Part 60-4 and Executive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause and the Standard Federal Equal Employment Opportunity Construction Contract specifications including the goals and timetables for minority and female participation. Title VI Solicitation Notice: Eagle County, Colorado, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. DBE Requirement. The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their proposal on the forms provided herein: (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal; (5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. (6) The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE's written confirmation of participation ["within 7 days after bid opening or "with the proposal documents as a condition of bid responsiveness"] (7) The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE's written confirmation of participation ["within 5 days after bid opening or "with the proposal documents as a condition of bid responsiveness"] The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 2.40% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include, women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful bidder will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. Those firms currently certified as DBE's by the Colorado Department of Transportation are eligible to participate as DBE's on this contract. A list of these firms can be obtained from the State, the consulting engineer, or the Sponsor. Buy American Preference The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Certification of Offeror/Bidder Regarding Debarment By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Other Federal Provisions Award of contract is also subject to the following Federal Provisions: • Trade Restriction Certification • Lobbying Federal Employees • Recovered Materials • Government -wide Requirements for Drug-free Workplace • Other Federal Provisions included in Part A of the Special Provisions Eagle County, Colorado DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 593 CONTRACT PROPOSAL 594 595 TO: Eagle County Regional Airport 596 Gypsum, Colorado 597 598 1. The undersigned hereby certifies that he/she has examined the form of contract, plans and 599 specifications and other associated Contract Documents for the improvement of Eagle County 600 Regional Airport, Project No. 3-08-0020-057-2017. The undersigned further certifies that 601 he/she has examined the site of the work, has determined for himself/herself the conditions 602 affecting the work and subject to acceptance of the proposal, agrees to provide at his or her 603 expense, all labor , insurance, superintendence, machinery, plant, equipment, tools, apparatus, 604 appliances, and means of construction, and all materials and supplies complete the entire work, 605 including work incidental thereto, in conformance with the plans, specifications, and associated 606 Contract Documents. 607 608 2. The undersigned acknowledges that the Contract Documents consist of the Invitation for Bid, 609 Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated 610 Sub -Contracts, Form of Proposal Guaranty, Notice of Award, Contract Agreement, 611 Performance & Payment Bonds, Notice to Proceed, Notice of Contractor's Settlement, Wage 612 Rates, General Provisions, Special Provisions, Plans, Technical Specifications, attached 613 appendices and referenced documents. 614 615 3. The undersigned, in compliance with the Invitation for Bids dated July 25, 2018, hereby 616 proposes to do the work called for in said contract and specifications and shown on said plans 617 and to furnish all materials, tools, labor, and all appliances and appurtenances necessary for the 618 said work at the following at the following rates and prices: 619 620 Bid Spreadsheet begins on page 2-33. 621 622 TOTAL BID (Base Bid) $5,533,115.50 623 TOTAL BID IN WORDS Five million, Five hundred Thirty-three thousand, One hundred Fifteen 624 dollars and Fifty cents 625 626 4. The undersigned understands that the above quantities of work to be done are approximate only 627 and are intended principally to serve as a guide in evaluating the bids. 628 629 5. It is understood that the schedule of minimum wage rates, as established by the Secretary of 630 Labor and included in the Specifications, are to govern on this project, and the undersigned 631 certifies that he/she has examined this schedule of wage rates and that the prices bid are based 632 on such established wage rates. 633 634 6. The undersigned prime contractor, if not a certified DBE, hereby assures that they will make 635 sufficient and reasonable efforts to meet the DBE goals, that they will subcontract 2.40 % of 636 the dollar value of the prime contract to DBE firms, and that they will include the DBE clauses 637 required by the sponsor's DBE Program in all subcontracts which offer subcontracting 638 opportunities. The undersigned will complete and submit with the bid the attached DBE 639 Participation Form. If unable to meet the project goal, the undersigned shall submit a 640 demonstration of good faith effort in accordance with Special Provisions, Part B, Section 3.3 of 641 the Contract Documents. Issued for Bid Division 2-1 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 642 7. The undersigned agree upon written notice of the acceptance of this bid, that within thirty (30) 643 days after the award, that he/she will execute the contract in accordance with the bid as accepted 644 and give contract (Performance'and Payment) bonds on attached forms. 645 646 8. The undersigned further agrees that if awarded the contract, he/she will commence the work 647 within ten (10) calendar days after the receipt of a Notice to Proceed and that he/she will 648 complete the work within 150 calendar day(s). No work may be done when the temperature is 649 below 40 degrees fahrenheit, except at the discretion of the Engineer. An extension of time may 650 be allowed when extra or additional work is ordered by the Engineer. Liquidated damages in 651 the amount of $2,500/calendar day(s) shall be paid to the Owner for that time which exceeds 652 the number of calendar day(s) allowed in this paragraph. In addition, up to $1,800/calendar 653 day(s) for the construction manager plus up to $1,450/calendar day(s) for each additional 654 resident engineer plus any incurred expenses (per diem, lodging, etc.) will be charged to the 655 Contractor for that time which exceeds the number of calendar day(s) allowed in this paragraph. 656 Further, each phase of work under the project has additional liquidated damage clauses, as 657 outlined in Section 80-08 FAILURE TO COMPLETE ON TIME. 658 659 9. As an evidence of good faith in submitting this proposal, the undersigned encloses a certified 660 check or Bid Bond in the amount of Five percent of total bid dollars 661 ($ 5% ) which, in case the undersigned refuses or fails to accept an award and to 662 enter into a contract and file the required bonds within the prescribed time, shall be forfeited to 663 the Owner, as liquidated damages. 664 665 10. By entering into this contract, the Contractor certifies that neither it (nor he/she) nor any 666 person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be 667 awarded government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 668 5.12(a)(1). 669 670 11. No part of this contract shall be subcontracted to any person or firm ineligible for award of a 671 government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 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. That 675 no member of the board of county commissioners, officer or agent of Eagle County, Colorado, 676 is directly or indirectly financially interested in this bid. 677 678 13. The undersigned acknowledges receipt of the following Addendums: 679 680 Addendum No. Date Received 7/12/18 681 Addendum No. 2 Date Received 7/23/18 682 Addendum No. Date Received 683 Addendum No. Date Received 684 Addendum No. Date Received 685 686 Issued for Bid Division 2-2 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 687 SIGNATURE OF BIDDER: 688689 1 690 By 691 Name and Title of Authorized Agent ReaAnn Fletcher, Contracts Manager 692 693 Concrete Works of Colorado, Inc. 694 Name of Company 695 696 1260 Rock Creek Circle, Lafayette, CO 80026 697 Address of Company 698 :)s ks 01C, \\\I III/ !/ �I (: 61 100 j I' � 1 O/pr I ao co Issued for Bid Division 2-3 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 699 Issued for Bid Division 2-4 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 700 701 702 703 704 705 706 707 708 709 710 711 712 713 714 715 716 717 718 719 720 721 722 723 724 725 726 727 728 729 730 731 732 733 734 735 736 737 738 739 740 741 742 743 744 BID BOND KNOW ALL MEN BY THESE PRESENTS, that Concrete Works of Colorado, Inc. 1260 Rock Creek Circle, Lafayette, CO 80026 as Principal, hereinafter called Contractor, and Hartford Fire Insurance Company , licensed to do business as such in the State of Colorado, as Surety, hereby bind themselves and their respective heirs, executors, administrators, successors, and assigns, unto Eagle County, Colorado, Colorado, as Obligee, in the penal sum of Five Percent (5%) of Total Bid Amount Dollars ($--------------------------- ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, The Contractor has submitted to the Obligee, a contract bid dated the 31st day of July, 2018 for the following contract: Schedule I - North General Aviation Apron Reconstruction AIP PROJECT NO. 3-08-0020-057-2017 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 part, the Contractor shall enter into the Contract with the Obligee in accordance with the terms 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 31st day of July , 20 18 . SIGNATURE OF PRINCIPAL (as applicable), A. Individual, partnership or joint venture B. Corporation Attest:`va ) /MM_ It Secretary 'fix seal) Issued for Bid July 9, 2018 (Signature of sole proprietor or general partner) Concrete Works of Colorado, Inc. Nnme of Corporate Principal By U�•---r�d'��� Rti -Ann% L -44r, hta", Co,it,r-c�e A,, INA "e- - i Division 2-5 Jviation, Inc. KO/01/10/ iii -08-0020-057-2017 ao cotPjO DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 745 746 747 748 749 750 751 752 753 754 755 756 757 758 759 760 761 762 763 764 765 766 767 SIGNATURE OF SURETY ACCEPTANCE BY The foregoing bond is approved. Date Name and address of Corporate Surety Hartford Fire Insurance Company One Hartford Plaza, Hartford, CT 06155 VBy - (seal) Attorney in Fact (attach power of attorney) Kristen Pereiro, Attorney -In -Fact The foregoing bond is in due form according to law and is approved. Date Issued for Bid July 9, 2018 M Division 2-6 Jviation, Inc. AIP No, 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: FLOOD & PETERSON INSURANCE INC Agency Code: 34-340869 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe 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 amountof Unlimited : Melanie Lathouwers, Russell D. Lear, Darlene Krings, Kelly T. Urwiller, Steven J. Blohm, Wesley J. Butorac, Dulce R. Huggins, Royal Lovell, Kristen Pereiro, K'Anne E. Vogel of GREELEY, Colorado 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 May 6, 2015 the Companies have caused these presents to be signed by its Senior 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. ti}rifytr y�°'r10w' [t E)q& l4r !•a11W1�' ty 7� • •'•rS'y ••i+N' '.tCaxr?' John Gray, Assistant Secretary M. Ross Fisher, Senior Vice President STATE OF CONNECTICUT Ss, Hartford COUNTY OF HARTFORD On this 5th day of January, 2018, 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 Senior 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 authoritv. 0x� •}Y�a Kathleen T. Maynard Direct Inquiries/Claims to: CERTIFICATE My Commission Expires July 31, 2021 THE HARTFORD PO ITEROF ATTORTNEY HartfOne ord, Connecticut 06155 Bond.Clai ms(cDthehartford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: FLOOD & PETERSON INSURANCE INC Agency Code: 34-340869 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe 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 amountof Unlimited : Melanie Lathouwers, Russell D. Lear, Darlene Krings, Kelly T. Urwiller, Steven J. Blohm, Wesley J. Butorac, Dulce R. Huggins, Royal Lovell, Kristen Pereiro, K'Anne E. Vogel of GREELEY, Colorado 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 May 6, 2015 the Companies have caused these presents to be signed by its Senior 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. ti}rifytr y�°'r10w' [t E)q& l4r !•a11W1�' ty 7� • •'•rS'y ••i+N' '.tCaxr?' John Gray, Assistant Secretary M. Ross Fisher, Senior Vice President STATE OF CONNECTICUT Ss, Hartford COUNTY OF HARTFORD On this 5th day of January, 2018, 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 Senior 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 authoritv. 0x� •}Y�a Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2021 I, the undersigned, Assistant 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, 2018 Signed and sealed at the City of Hartford. +li . ��� �.titGa•.1e+res' f s Lo� -4r0 •i, ue+.�+±r; 3 «tM�OR1 *67 s _'o: fr^c 9• o-7 �,�7 •_'� i r+ - a�1Rtr.t:tvf� ��allYw:t^:'.29791e S~St*�..1 • ,° 1979.. * 4 �+a:� �'awtN ;Ip `�.���� • � '''•aR,t`r5�� •rl•tH' .�:.,,,i Kevin Heckman, Assistant Vice President Pon 2018 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 768 CONTRACTOR INFORIAKY ION 769 770 771 1. Name of Bidder/ Contractor: Concrete Works of Colorado, Inc. 772 773 2. Type of Business Entity: Corporation 774 775 NOTE: If bidder is partnership or joint venture, give full names of all partners or joint 776 ventures. Bid must be signed by all Joint Ventures. If bidder is a limited liability company, 777 bid must be signed by an authorized manager (may be signed by member -manager if LLC is 778 organized to allow management by members). 779 780 3. Address of Contractor: 1260 Rock Creek Circle 781 782 Lafayette, CO 80026 783 784 785 786 787 4. Telephone: 303-665-2933, EXT 110 Fax: 303-665-2996 788 789 E-mail: reaannf@cwc-email.com 790 791 5. Established where and when: Colorado June, 1980 792 793 6. Contractor's Banking Information: Wells Fargo Bank 794 795 15 S. Main St., Brighton, CO 80601 796 797 Doug Stansberry 303-863-6218 798 799 7. Principal Officers of Contractor (managers and members if LLC): 800 801 Name: Marc Lenart Name: 802 803 Title: President (Owner) Title: 804 805 806 Name: Richard Brasher, Jr. Name: 807 808 Tide: Vice President Tide: 809 810 811 Name: Doreen Khumalo Name: 812 813 Tide: Secretary/Treasurer Tide: 814 815 Issued for Bid Division 2-7 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 816 8. Bidder's/ Contractor's state of incorporation (state of organization if an LLC or Partnership): 817 818 Colorado 819 820 9. Bidder's Surety: The Hartford Fire Insurance Company 821 822 10_ Surety's State of Incorporation: Connecticut 823 824 11. Name and Address of person to receive payment Concrete Works of Colorado, Inc. 825 826 1260 Rock Creek Circle 827 828 Lafayette, CO 80026 829 830 12. If the Bidder/ Contractor is a Joint Venture, it shall attach a certified copy of the Joint Venture 831 Agreement. The Joint Venture Agreement will not be included as part of the Contract 832 Documents. 833 834 13. The Bidder/Contractor shall identify all applicable labor agreements (if any) to be used in the 835 performance of the work: 836 837 NONE. 838 839 840 841 842 843 844 845 846 Issued for Bid Division 2-8 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 2 � I d"- w w 00 (n CD iE .b u" A coO (AO O N co m N O) p N p m CA i m O) O N O m 0) N N AW O a C:, O O O M O O O O •b�^0 MW) � 00 C COO O (D (0 N 'tW m O W) N 0) O ER Efi (f3 O � U � 4' a vz V W AO z X X X X X X X b w X N �y U) d U w U o U v L r Cb O U N m .a m w (h �� (n U � O O O U O U O U O o �z U X X X X X X X X N d CT x U Y o r °d rna E °' c O N F'„ E fU (0 E _2 C O c) C a C (n E N aCL N (n M pp >+ W .-. L OC) U CO N @ -r- C N r C F OL O d > O = Cp C- U w CO U w Q a U Q w 0 0 CD p co Om F N O co O Ch O co CO a) O U co O OO (�9 w y L> co C O N W p s O UU N> N O¢� N CO J U Q L L bm U OO p E O Q) L) m �° S O C O NU O :r O C c i� >U L) O U') (hO v 0) c0(� O O _ Y O LLI (In O U X (a (O 3 d to 0 o c m O m o ID c _ Z 0 co M U m o (d o o T m ca (n �d COOQ C, W Mo rn� d< 0 NU` W (��Q dU O U t0 c C d OC (T a) E C N 0 CL LT+ U fl Vl a C o c O) c N EE U c O m U) N >0) c c L oO t U U` � L) c a� m E c c o z L O O N V c U N W O N W Q QE 2U) COU > C) Q = aU Ln Go C4 QO o O ;" O r � r � O ccd Cd i N N � N (n ti Q 0 O 'O O O to (r) CA r t#' -r 6F-1 VCddcdd 4-1 u 401 40 101 w �I N cr) d- Ln r N M dt to V l� w n Ln )n Ln Ln Ln Ln m w w w w w 0o w w U � H O C O (` LnO .5 ,0 N O O w O M O z P, C� N C 0 8 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 12 0 iE b m V R m O AW N G O CL o„ ..v R a U N a vz � V W ° Az x b w Uy X m m oV 4R j 0404 C L] O U " o a � 0 v C � O U b o �z U x � � A d O o 7 x V x o c c b @ 7 L0 LO m N cL Y U 7 cL .2 y ~ O M C � O co O U LO o � CO n c7 a c� U y ° �c m w a c W ° E u 2 v � o U a zO D o U d- d• N U„` W 00 00 GO C Q O O td O Lcr, Cd m •��' •� to N N (U 4- .a O O A. G O O Lr) tg-- O Q C G O cd cd N cd 4� �4 L01 1-0 w w 110, ' r~ N cn d- Ln 3.4 �4 44 44 U4 4� a — N ch I�t L1) V L— w Ln Ln Ln Ln m Ln m m W oo oo oo oo oo oo oo U C CD ` H N G O r- -'J O ' O ~ O O 00 O M O z H N G O Q DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 DISADVANTAGED BUSINESS UTIILIZATION COMMITMENT The bidder agrees to expend at least 2.40 % DBE utilization on this project. The bidder (if unable to meet the goal of % DBE) is committed to a minimum of % 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. Which is at least 51 % owned by one or more minorities or women, or in the case of a publicly owned business, at least 51 % 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); e. 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 2-11 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 903 Disadvantaged Business Enterprises may be employed as contractors, subcontractors, or suppliers. 904 Date: July 31, 2018 905 906 Concrete Works of Colorado, Inc. 907 Company 908 909 ReaAnn Fletcher, Contracts Manager 910 Authorized Agent (print) 911 912 913 Signature of Authorized Agent 914 Issued for Bid Division 2-12 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 915 916 917 918 919 920 921 922 923 924 925 926 927 928 929 930 931 932 933 934 935 936 937 938 939 940 941 942 943 944 945 946 947 948 949 950 951 952 953 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 $: 5,533,115.50 All eligible DBE firms must be certified by the Colorado Department of Transportation prior to bid opening. Name of DBE Firm: DBE contract amount: DBE Firm Address: American Striping Company $ 56,750.00 % of total contract: 1.02 3075 South Tejon St., Englewood, CO 80110 DBE contact person: Name: Alejandra Harvey Phone: 303-495-5950 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: Pavement marking DBE certification Agency: CDOT Expiration Date: 5/8/2019 (Please include a copy of the latest DBE certification) Name of DBE Firm: DBE contract amount: DBE Firm Address: Horizon Environmental Services, Inc. $ 27,781.00 % of total contract: 0.50 91 S. Skylane Dr., Durango, CO 81303 DBE contact person: Name: Trisha Mead Phone: 970-259-4346 The DBE is a: ❑ Prime Contractor © Subcontractor ❑ Manufacturer ❑ Supplier Category of DBE: ❑ Native American ❑ Hispanic ❑ Asian Pacific ❑ Black El Non minority Woman ❑ Other Work to be performed by DBE: Erosion control, seeding DBE certification Agency: CDOT Expiration Date: 9/30/2018 (Please include a copy of the latest DBE certification) Issued for Bid July 9, 2018 Division 2-13 Jviation, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 954 955 956 957 958 959 960 961 962 963 964 965 966 967 968 969 970 971 972 973 974 975 976 977 978 979 980 981 982 983 984 985 Name of DBE Firm: DBE contract amount: DBE Firm Address: Cowboy Trucking, LLC $ 50,000.00 % of total contract: 0.90 PO Box 5211, Gypsum, CO 81637 DBE contact person: Name: Jose Martinez Phone: 970-688-1041 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: Trucking DBE certification Agency: CDOT Expiration Date: 10/24/2018 (Please include a copy of the latest DBE certification) Name of DBE Firm: DBE contract amount: DBE Firm Address: $ % of total contract: DBE contact person: Name: Phone: 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: Expiration Date: Issued for Bid July 9, 2018 include a copy of the latest DBE Division 2-14 Jviation, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 986 987 988 989 990 991 992 993 994 995 996 997 998 999 1000 1001 1002 1003 1004 1005 1006 1007 1008 1009 1010 1011 1012 1013 1014 1015 1016 1017 1018 1019 $ Amount DBE Prime Contractor $ 15 $ DBE Credit Participation DBE Subcontractor $ 134,531.00 $ 134,531.00 DBE Supplier * $ x 0.60 $ DBE Manufacturer $ Total Amount DBE DBE Goal * Only 60% credit allowed for DBE % DBE 2.42 % %o $ 134,531.00 2.42 % $ 132,794.77 2.40 % If the total DBE participation shown is less than the DBE goal required by the specifications, you must attach documentation of your good faith efforts to achieve the goal. The bidder agrees to certify that the disadvantaged firm(s) engaged to provide materials or services in the completion of this project: a. is a bona fide Disadvantaged Business Enterprise, and; b. has executed a binding contract to provide specific materials or services for a specific dollar amount. The bidder will provide written notice to Eagle County, Colorado indicating the Disadvantaged Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is to be submitted with the bid proposal. Certification that the Disadvantaged Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to Eagle County, Colorado. Breach of this commitment constitutes a breach of the bidder's contract if awarded. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to this commitment. Issued for Bid July 9, 2018 Date: July 31, 2018 Division 2-15 Concrete Works of Colorado, Inc. Company ReaAnn Fletcher, Contracts Manager i Authorized Agent ((print) Signature of Authorized Agent Jviation, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 6/26/2018 American Striping Company Mail - Fwd: City and County of Denver: DBE Approval Gm.r r Tony Ciccio <tong@americanstripingcompany.com> Fwd: City and County ofDenver: DBE Approval 1 message Alejandra Harvey<alejand ra@american strip! ngcompany.com> Tue, Jun 26, 2018 at 9:51 AM To: tony <tony@americanstripingcompany.com> Begin forwarded message: From: City and County of Denver <denver@mwdbe.com> Date: May 10, 2018 at 8:19:05 AM MDT To: <Alejandra@americanstripingcompany.com> Subject: City and County of Denver: DBE Approval Reply -To: City and County of Denver <denver@mwdbe.com> Alejandra Harvey Harvey Contractors Inc dba American Striping Company DBA AMERICAN STRIPING COMPANY 3075 S. Tejon St. CO - Colorado Englewood, CO 80110 Dear Alejandra Harvey: The Division of Small Business Opportunity is pleased to inform you that Harvey Contractors Inc dba American Striping Company DBA AMERICAN STRIPING COMPANY is certified as a Disadvantaged Business Enterprise (DBE) pursuant to the US 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 DBEs at www.coloradodbe.org. Harvey Contractors Inc dba American Striping Company DBA AMERICAN STRIPING COMPANY is eligible to participate as a DBE on US Department of Transportation financially -assisted projects in Colorado in the work codes appearing as part of your firm's listing on the directory as eligible to be counted toward DBE participation. It is your responsibility to manage your firm's work codes to ensure they are correct. CO UCP NAICS 237310: AIRPORT RUNWAY LINE PAINTING (E.G., STRIPING) CO UCP NAICS 237310: PAINTING LINES ON HIGHWAYS, STREETS AND BRIDGES CO UCP NAICS 237310: PARKING LOT MARKING AND LINE PAINTING CO UCP NAICS 237310: RUNWAY, AIRPORT, LINE PAINTING (E.G., STRIPING) Striping for commercial parking lots, small business parking lots and airport marking projects The anniversary date of your firm's DBE certification is May 8, 2019. You will be notified prior to the anniversary date that eligibility must be re-evaluated. However, if you do not receive notification from this office, it is your responsibility to contact us. Pursuant to 49 CFR 26.83(i), submittal of this information is required to ensure that there is no interruption of your firm's status as a certified DBE. If any changes occur in the firm's legal structure, ownership, management, control, or work performed, you must notify the division immediately. Sincerely, Director City and County of Denver Office of Economic Development http://www.detivergov.org/oed http://deiiver.mwdbe.com https://mail.google.com/mail/u/0/?ui=2&ik=b727112b87&jsver=gldmEFgt)sso.en.&cbl=gmali_fe 180619.l2_p2&view=pt&search=inbox&th=1643ccb52... 1/2 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Trisha Mead From: Civil Rights & Business Resource Center <cdot@dbesystem.com> Sent: Tuesday, August 15, 2017 5:36 PM To: Trisha Mead Subject: CDOT: Certification Status Ms. Juliann Campbell-Hastie Horizon Environmental Services, Inc. DBA Horizon Environmental Services P.O. Box 9057 Durango, CO 81302 Re: Updated Disadvantaged Business Enterprise (DBE) Certification Dear Ms. Campbell-Hastie, The Colorado Department of Transportation Civil Rights & Business Resource Center is pleased to inform you that the DBE certification for Horizon Environmental Services, Inc. DBA Horizon Environmental Services has been updated. Horizon Environmental Services, Inc. DBA Horizon Environmental Services will remain listed on the Colorado Unified Certification Program (UCP) DBE Directory at http://www.coloradodbe.org/. Work Codes In accordance with 49 CFR 26, Horizon Environmental Services, Inc. DBA Horizon Environmental Services will remain certified in the following work codes: CO UCP NAICS 237990: OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION CO UCP NAICS 238910: SITE PREPARATION CONTRACTORS (WRECKING, DEMOLITION, AND EXCAVATION) CO UCP NAICS 238990: FENCING CONTRACTORS (EXCEPT ELECTRONIC CONTAINMENT FENCING FOR PETS) CO UCP NAICS 561730: EROSION CONTROL SERVICES CO UCP NAICS 561730: HYDROSEEDING SERVICES (E.G., DECORATIVE, EROSION CONTROL PURPOSES) CO UCP NAICS 561730: LANDSCAPE CONTRACTORS CO UCP NAICS 561730: SEEDING LAWNS CO UCP NAICS 561730: SOD LAYING SERVICES You may request a work code change if you do not believe the work codes assigned sufficiently represent the work performed by Horizon Environmental Services, Inc. DBA Horizon Environmental Services. Work code change request forms (CDOT Form #1311) can be downloaded online at http://www.codot.gov/business/civiIrights/dbe/dbe- documents/work-code-change-request. Completed forms must be submitted by email to dot_civilrights@state.co.us or by regular mail to: Colorado Department of Transportation Civil Rights & Business Resource Center 4201 E. Arkansas Avenue, Room 150 Denver, CO 80222 Annual Update Your firm's DBE Certification must be updated annually by submitting a No Change Affidavit and the firm's most recent tax return on or before its anniversary date. The anniversary date of your firm's certification is September 30, 2018. Forty five (45) days prior to the anniversary date, you will receive a courtesy notice reminding you to submit the firm's annual update documents through CDOT's online certification management system at http://cdot.dbesystem.com. However, CDOT is not responsible for undelivered notices. Failure to update your firm's certification by the anniversary date may result in decertification and removal from the Colorado UCP DBE Directory. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 Changes to Your Business You must notify the Civil Rights & Business Resource Center of any changes that occur in your firm's legal structure, ownership, management, control, and/or work performed within thirty (30) days of the change. Please include any available supporting documentation in your notice. If you have questions or require assistance, please contact our office at (303) 757-9234 or dot_civilrights@state.co.us. Sincerely, Erica Downey Certification Analyst Colorado Department of Transportation Civil Rights & Business Resource Center CDOT Civil Rights & Business Resource Center 4201 East Arkansas Avenue Room 150 Denver, CO 80222 303-757-9234 Office 303-952-7091 Fax clot@dbesystem.com https:Hcdot.dbesystem.com This message was sent to: TrishaM@horizonenvservices.com Sent on: 8/15/2017 6:37:01 PM System ReferencelD: 51641062 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 DENVER DFvF,L3 11P rA L"NAT October 25, 2017 Jose Martinez Cowboy Trucking, LLC P.O. Box 5211 Gypsum, CO 81637 Dear: Jose Martinez: Oflce of Economic Development Division of Small Business Opportunity 201 W. Colfax Avenue, #907 Denver, CO Zip 80202 p: 720.913.1999 f: 720.913.1809 www.denvergov.org/dsbo Denver International Airport Airport Oflce Building, Suite 7810 8500 Pena Boulevard Denver, CO Zip 80249 p: 303.342.2180 f: 303.342.2190 www.Dydenver.com The Division of Small Business Opportunity is pleased to inform you that Cowboy Trucking, LLC is certified as a Disadvantaged Business Enterprise (DBE) pursuant to the US 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 DBEs at www.coloradodbe.org. Cowboy Trucking, LLC is eligible to participate as a DBE on US Department of Transportation financially -assisted projects in Colorado in the work codes appearing as part of your firm's listing on the directory as eligible to be counted toward DBE participation. It is your responsibility to manage your firm's work codes to ensure they are correct. CO UCP NAICS 484220: DUMP TRUCKING (E.G., GRAVEL, SAND, TOP SOIL) CO UCP NAICS 484220: GRAVEL HAULING, LOCAL CO UCP NAICS 484220: SAND HAULING, LOCAL CO UCP NAICS 484220: TOP -SOIL HAULING, LOCAL Truck Hauling Services 10 dump trucks, 4 side dumps, 2 belly dumps, 2 end dumps The anniversary date of your firm's DBE certification is October 24, 2018. You will be notified prior to the anniversary date that eligibility must be re-evaluated. However, if you do not receive notification from this office, it is your responsibility to contact us. Pursuant to 49 CFR 26.83(i), submittal of this information is required to ensure that there is no interruption of your firm's status as a certified DBE. If any changes occur in the firm's legal structure, ownership, management, control, or work performed, you must notify the division immediately. Sincerely, 9 Tanya Davis Director DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 1020 1021 Issued for Bid Division 2-16 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1022 1023 1024 1025 1026 1027 1028 1029 1030 1031 1032 1033 1034 1035 1036 1037 1038 1039 1040 1041 1042 1043 1044 1045 1046 1047 1048 1049 1050 1051 1052 1053 1054 1055 1056 1057 1058 1059 1060 1061 1062 1063 1064 1065 1066 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT Each bidder shall complete and sign the Equal Employment Opportunity Report Statement. A bid may be considered unresponsive and may be rejected, in the Owner's sole discretion, if the bidder fails to provide the fully executed statement or fails to furnish the required data. The bidder shall also, prior to award, furnish such other pertinent information regarding its own employment policies and practices as well as those of its proposed subcontractors as the Federal Aviation Administration (FAA), the Owner, or the Executive Vice Chairman of the President's Committee may require. The bidder shall furnish similar statements executed by each of its first-tier and second-tier subcontractors and shall obtain similar compliance by each subcontractor, before awarding subcontracts. No subcontract shall be awarded to any non -complying subcontractor. EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT As Required in 41 CFR 60-1.7(bl The bidder shall complete the following statements by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of the bid: 1 2. 3 4. The bidder has X has not _ developed and has on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. The bidder has X has not — participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive order 11246, as amended. The bidder has X has not — filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO -1 Report). The bidder does X does not _ employ fifty or more employees. Issued for Bid July 9, 2018 Date: July 31, 2018 Division 2-17 Concrete Works of Colorado, Inc. Company ReaAnn Fletcher, Contracts Manager Authorized Agent (print) Signature of Authorized Agent Jviarion, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1067 Issued for Bid Division 2-18 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1068 BUY AMERICA CERTIFICATION 1069 (Tide 49 U.S.C. Section 50101) 1070 1071 Project name: North General Aviation Apron Reconstruction 1072 Airport name: Eagle County Regional Airport 1073 AIP number: 3-08-0020-057-2017 1074 1075 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be 1076 obligated unless all steel and manufactured goods used in Airport Improvement Program (AIP)-funded 1077 projects are produced in the United States, unless the FAA has issued a waiver for the product, the 1078 product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 1079 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. 1080 1081 A bidder or offeror must submit this Buy America Certification with all bids or offers on AIP funded 1082 projects. Bids or offers that are not accompanied by a completed Buy America Certification shall 1083 be rejected as nonresponsive. 1084 1085 The bidder certifies it and all associated subcontractors will comply with the Buy American preferences 1086 established under Tide 49 U.S.C. Section 50101 as follows: 1087 U.S.C. Section 50101- Buying goods produced in the United States 1088 (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to 1089 carry out section 106(k), 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), 1090 or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this tide for a project only if 1091 steel and manufactured goods used in the project are produced in the United States. 1092 (b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that - 1093 (1) Applying subsection (a) would be inconsistent with the public interest; 1094 (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably 1095 available amount or are not of a satisfactory quality; 1096 (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of 1097 chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 1098 48 110) of this tide - 1099 A. The cost of components and subcomponents produced in the United States is more than 1100 60% of the cost of all components of the facility or equipment; and 1101 B. Final assembly of the facility or equipment has occurred in the United States; or 1102 (4) Including domestic material will increase the cost of the overall project by more than 25%. 1103 (c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating 1104 the cost of components. 1105 1106 Please note that approval of waivers listed under (b) (1) & (2) above, can only be approved by the FAA 1107 Office of Airports in Washington DC and approval is rare. Waivers listed under (b) (3) & (4) may be 1108 approved by FAA Regional or District Offices. 1109 1110 A listing of Equipment and Products that have been approved and on the national waiver list may be 1111 located at: 1112 htW://www.faa.gov/airports/aip/buy american/ 1113 Issued for Bid Division 2-19 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 1114 Issued for Bid Division 2-20 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-037-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1115 Certificate of Buy American Compliance for Manufactured Products 1116 (Non -building construction projects, equipment acquisition projects) 1117 1118 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this 1119 certification statement with their proposal. The bidder or offeror must indicate how they intend to 1120 comply with 49 USC � 50101 by selecting one on the following certification statements. These statements 1121 are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or 1122 the letter "X". 1123 ® Bidder or offeror hereby certifies that it will comply with 49 USC 5 50101 by: 1124 a) Only installing steel and manufactured products produced in the United States, or; 1125 b) Installing manufactured products for which the Federal Aviation Administration (FAA) 1126 has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy 1127 American Waivers Issued listing, or; 1128 c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition 1129 Regulation Subpart 25.108. 1130 By selecting this certification statement, the bidder or offeror agrees: 1131 1. To provide to the Owner evidence that documents the source and origin of the steel 1132 and manufactured product. 1133 2. To faithfully comply with providing U.S. domestic product 1134 3. To refrain from seeking a waiver request after establishment of the contract, unless 1135 extenuating circumstances emerge that the FAA determines justified. 1136 ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American 1137 Preferences of 49 USC � 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 1138 49 USC C 50101(b). By selecting this certification statement, the apparent bidder or offeror 1139 with the apparent low bid agrees: 1140 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver 1141 request and required documentation that supports the type of waiver being requested. 1142 2. That failure to submit the required documentation within the specified timeframe is 1143 cause for a non-responsive determination may result in rejection of the proposal. 1144 3. To faithfully comply with providing U.S. domestic products at or above the approved 1145 U.S. domestic content percentage as approved by the FAA. 1146 4. To furnish U.S. domestic product for any waiver request that the FAA rejects 1147 5. To refrain from seeking a waiver request after establishment of the contract, unless 1148 extenuating circumstances emerge that the FAA determines justified. 1149 Required Documentation 1150 Type 3 Waiver - The cost of the item components and subcomponents produced in the United 1151 States is more that 60 percent of the cost of all components and subcomponents of the "item". 1152 The required documentation for a type 3 waiver is: 1153 a) Listing of all product components and subcomponents that are not comprised of 100 1154 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy 1155 American Waivers Issued listing and products excluded by Federal Acquisition Regulation 1156 Subpart 25.108; products of unknown origin must be considered as non-domestic 1157 products in their entirety) 1158 b) Cost of non-domestic components and subcomponents, excluding labor costs associated 1159 with final assembly at place of manufacture. Issued for Bid Division 2-21 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1160 1161 1162 1163 1164 1165 1166 1167 1168 1169 1170 1171 1172 1173 1174 1175 1176 1177 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 U.S. domestic source product exceeds the total project cost using non-domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. 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 Title 18, United States Code. July 31, 2018 Date Concrete Works of Colorado, Inc. Company Name Issued for Bid July 9, 2018 Signature Contracts Manager Title Division 2-22 Jviation, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1178 BUY AMERICA WAIVER REQUEST 1179 Tide 49 U.S.0 Section 50101 (b) 1180 1181 For Airfield Development Projects funded under the Airport Improvement Program 1182 Instructions for Permissible Maivers 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: htti2://w-,w.faa.gov/airports/aip/buy american/ Section 601�b)01) Bc (b)(2)Waivers. 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. Section 50101�1i)a [waiver. The bidder may request a waiver if 60% or more of the components and subcomponents in the facility or equipment are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the 0imer's approval wi(h the bidder's waiver request is contingent upon FAA approval. "Equipment" in Section 50101 shall mean the following: a) Individual type `2" 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. i.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. i. Components/subcomponents are the material and products composing the "equipment". .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. All steel used in the "Equipment" must be produced in the United States. 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. 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 2-23 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1183 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. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: h=:///www.faa.gov/airports/a1U/—W american/ 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 list. 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 50"01)04 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 2-24 Jviadon, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1184 1185 1186 1187 1188 1189 1190 1191 1192 1193 1194 1195 1196 1197 1198 1199 1200 1201 1202 1203 1204 1205 1206 1207 1208 1209 1210 1211 BUY AMERICA WAIVER REQUEST Title 49 U.S.0 Section 50101 (b)(3) For Airfield Development Projects funded under the Airport Improvement Program COMPONENT COST CALCULATION TABLE (Type 3 Waiver) • In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and calculations as presented herein. • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA National listing: hU://unvw.faa.gov/airports/aip/buy american/ • 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 Sum of US Manufactured Component/ Subcomponent Costs: Sum of all Equipment Components and Subcomponents: Percentage of Equipment Components Manufactured in the United States: Issued for Bid July 9, 2018 Place of Final Assembly: Division 2-25 Jviation, Inc. AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1212 Certification Signature 1213 1214 Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the 1215 equipment identified above. The bidder certifies that % of the cost of components and 1216 subcomponents comprising the equipment are produced in the United States and that final assembly 1217 occurs within the United States. 1218 1219 I hereby certify the above information is accurate and complete. 1220 1221 1222 Bidder's Firm Name Date 1223 1224 1225 1226 Signature 1227 Issued for Bid Division 2-26 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1228 BUY AMERICA CONFORMANCE LIFTING 1229 Title 49 U.S.0 Section 50101 (b) 1230 For Airfield Development Projects funded under the Airport Improvement Program 1231 1232 • Preparation of a Component Cost Calculation' Table is not necessary for equipment listed on the 1233 FAA national listing: 1234 hU://www;faa_gov/airports/aip/buy american/ 1235 1236 • Bidder shall submit a listing of equipment it proposes to install on the project that is included on 1237 the current National Buy American conformance list. 12'58 1239 1240. 1241 1242 1243 1244 1245 1246 1247 1248 1249 1250 1251 12J2 Equipment T e Name of Manufacturer Product Number Retro reflective markers FlexStake, Inc. L-853 Underground Electrical Cables for Airfield Circuits Southwire Company L-824 Certification Signature: Bidder hereby certifies that the above .listed equipment,which we propose for installation on the subject project, is on the current National Buy America Conformance list as established at: hU://www.faa.gov/airports/ail2/buy american/ I hereby certify the above information is accurate and complete. Cann e.Ve. Work -5 of Coloro-cic, . Ivic ((''ll Bidder's Firm Name UC� L-4cj'jl — Signature Issued, for Bid July 9, 2018. Division 2-27 113111-8 Date Jviation, Inc. AIP No. 5,-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 1253 Issued for Bid Division 2-28 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1254 STATE OF COLORADO 1255 CERTIFICATION STATEMENT REGARDING UNDOCUMENTED 1256 INDIVIDUALS 1257 1258 The Contractor, whose name and signature appear below, certifies and agrees as follows: 1259 1260 1. The Contractor shall comply with the provisions of CRS 8-17.5-101 et seq. 1261 1262 2. The Contractor shall not knowingly employ or contract with an undocumented individuals to 1263 perform work under this contract or enter into a contract with a subcontractor that knowingly 1264 employs or contracts with an undocumented individual. 1265 1266 3. The Contractor represents, warrants, and agrees that it (i) has verified that it does not employ any 1267 undocumented individuals, through participation in the E -verify Program administered by the 1268 Social Security Administration and Department of Homeland Security, or (ii) otherwise shall 1269 comply with the requirements of CRS 8-17.5-102(2) (b) (I). 1270 1271 4. The Contractor shall comply with all reasonable requests made in the course of an investigation by 1272 the Colorado Department of Labor and Employment. If the Contractor fails to comply with any 1273 requirement of this provision or CRS 8-17.5-101 et seq., the Owner may be required to terminate 1274 the above referenced Contract for breach and the Contractor shall be liable for actual and 1275 consequential damages to the Owner. 1276 1277 5. The Contractor shall not use the E -verify Program procedures to undertake pre-employment 1278 screening of job applicants while these services are being performed. 1279 1280 6. If the Contractor obtains actual knowledge that a Subcontractor performing work under this 1281 contract knowingly employs or contracts with an undocumented individual, the Contractor shall be 1282 required to: 1283 1284 a. Notify the Subcontractor and the Owner within three days that the Contractor has actual 1285 knowledge that the Subcontractor is employing or contracting with an undocumented 1286 individual; and 1287 1288 b. Terminate the Subcontract with the Subcontractor if within three days of receiving the notice 1289 the Subcontractor does not stop employing or contracting with the undocumented individual; 1290 except that the Contractor shall not terminate the contract with the Subcontractor if during 1291 such three days the Subcontractor provides information to establish that the Subcontractor 1292 has not knowingly employed or contracted with an undocumented individual. 1293 1294 CERTIFIED and AGREED to this 31st day of July , 2018 1295 1296 VENDOR: Concrete Works of Colorado, Inc. 1297 (Full Legal Name) 1298 c� 1299 BY: 1300 (Signature of Authorized Representative) 1301 1302 DATE: July 31, 2018 1303 Issued for Bid Division 2-29 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1304 Issued for Bid Division 2-30 Jvia6on, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONTRACTOR'S STATEMENT OF QUALIFICATIONS 1305 Qualifications shall be furnished as described in Division 4, Section 20, with the bid proposal. 1306 Issued For Bid Division 2-31 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 1260 rock creek circle lafayeffe, colorado 80026 phone: 303-665-2933 fax: 303-665-2996 The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. MCI 31,40 M Name of Project: EAGLE COUNTY AIRPORT — NORTH GENERAL AVIATION APRON PROJECT SUBMITTED BY: CONCRETE WORKS OF COLORADO, INC. ADDRESS: 1260 Rock Creek Circle, Lafayette, CO 80026 PRINCIPAL OFFICE: Same as above. CONTACT: ReaAnn Fletcher 303.665.2933 ext, 110 DUNS NUMBER: 09-416-1403 Corporation X Partnership Individual Joint Venture Other TYPE OF WORK FOR WHICH WE ARE REQUESTING PREQUALIFICATION: X General Construction HVAC Plumbing Other 1. ORGANIZATION Electrical 1.1 How many years has your organization been in business as a Contractor? 38 1.2 How many years has your organization been in business under its present name? 38 1.3 Under what other or former names has your organization operated? None DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 1.4 If your organization is a corporation, answer the following: 1.3.1 Date of Incorporation: June 26, 1950 1.3.2 State of Incorporation: Colorado 1.3.3 President's name: Marc Lenart 1.3.4 Vice President's name: Richard Brasher 1.3.5 Secretary's name: Doreen Khumalo 1.3.6 Treasurer's name: Doreen Khumalo 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers if applicable: City/County of Denver — ROW General Contractor City of Aurora — General Business/Contractor City of Lafayette — Contractor — Special, Paving City of Boulder — Right -Of -Way City of Thornton — Asphalt/Concrete Paving City of Littleton — Contractor — B -Lt. Comm. Colorado Department of Transportation Wyoming Department of Transportation Douglas County City of Louisville 2.2 List jurisdictions in which your organization's partnership or trade name is filed: State of Colorado State of Wyoming 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces: Concrete flatwork and paving, concrete structures, airport paving, excavating, grading bridge and road construction, waterline, storm and sanitary sewer, construction surveying and traffic control. 3.2 Claims and suits. (If the answer is to any of the questions below is "yes", please attach details.) 3.2.1 Has your organization ever failed to complete any work awarded to it? No. 3.2.2 Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or its officers? No. 3.2.3 Has your organization filed any lawsuits or requested 2 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 arbitration with regard to construction contracts within the last five years? No. 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is "yes", please attach details.) No. 3.4 On a separate sheet, list at least three other projects of similar size, complexity and general operation as the work described in the above- named project specifications within the past 5 years at a fully operational airport. See attached. 4. EQUIPMENT LIST: 4.1 See attached. 5. FINANCING 5.1 Financial Statement: Attached 5.2 Will the organization whose financial statement is provided act as guarantor of the contract for construction? Yes. 6. SIGNATURE 6.1 Dated at Lafayette, CO this 31st day of July, 2018. Name of Organization: Concrete Works of Colorado, Inc. Bv: lkud Name/Title: ReaAnn Fletcher Contracts Manager 6.2 Rea -Ann Fletcher , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this Q day of 2018. Notary Public: x /Rhonda J Olson My Commission Expires: - Notary Public STATE OF COLORADO Notary ID 20004010550 My Commission Expires Mays, 2020 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 • ` " •' •f •' kjllAirport Projects 1. Rocky Mountain Metropolitan Airport—Jefferson County Signature Flight Support Corporation, Orlando FL. Brian Bishop, Airport Operations Manager rbishop@flvRMMA.com $1,305,660.00 (IN PROGRESS) Remove and replace 6" Concrete Paving on SVR and Spall Repair 2. Erie Municipal Airport — Town of Erie, CO Jake Hoban, PE — 303-731-1071 $304,060.00 Apron Rehabilitation — Replace Concrete Panels and Reseal Concrete Joints 3. U.S. Dept. of Defense — National Guard Bureau — Buckley Air Force Base Repair Main Apron Access and Alert Pavements W90FYQ-14-C-0001 Brady Benson, JE Hurley Construction, Inc. 719-651-7542 $9,626,913.75 Project included 43,044 SY Portland cement concrete paving 12'; 18,726 SY Portland cement concrete paving 13'; 444 SY Portland cement concrete paving 14". 2,272 SY Portland cement concrete paving 14.5", asphalt paving, 12" trench drain, 15", 24"1 30"1 and 36" RCP, 4" underdrain, excavate detention pond. 4. Eagle County Regional Airport—Apron Reconstruction and Infield Area Improvements AIP 3-08-0020-53 Matt Gilbreath, Jviation, Inc. 303-524-3030 $15,583,865.00 Project included Econocrete Base Course (4 -inch nominal), 61,500 SY Portland cement concrete pavement 16.5", 9,700 SY Portland cement concrete paving 12'; Install 36 -inch RCP Class V. 5. Telluride Regional Airport — Runup and Deicing Pad AIP 3-08-0088-32 Bob Jones, Kimley-Horn 303-882-5800 $2,642,803.31 Project included grading, drainage, subgrade preparation, sub -base and base courses, 3,900 SY 11" Portland cement concrete paving, bituminous paving, pavement marking, runway and taxiway edge lighting and signage, flood lighting, erosion control, topsoil preparation, seeding and mulching. 6. Lamar Airport — Schedule I: GA Apron Edge Taxiway Construction. Schedule II: Construct Fuel Spill Containment Basin AIP 3-08-0036-18 Mark J. Lovato, Jviation, Inc. 720.524.3030 $619,980.00 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Project included 3,000 sy 7" concrete pavement, 7" concrete fuel spill containment pad. Concrete sidewalk, curb and gutter. 3,000 sy subgrade preparation, 4" drain valve, pavement marking. Colorado Springs Airport —Taxiway M&F Reconstruction Project AIP 3-08-0010-54 Sam Schneiter, Project Manager 719.550.1907 $6,582,137.00 Project included 29,450 sy of 16" concrete pavement, underdrain installation, lighting, pavement marking, landscaping. 8. Colorado Springs Airport—Taxiway E, G & H Reconstruction, Phase III AIP 3-08-0010-54 Sam Schneiter, Project Manager 719.550.1907 $9,626,997.50 March, 2012 — Pre Project included 40,545 sy of 16" concrete pavement, subgrade prep, 6" underdrain installation, asphalt paving, lighting and pavement marking. Grand Junction Regional Airport Authority — Schedules I, II Walker Field Public Airport Authority AIP 3-08-0027-42 Rex Tippetts, Director of Aviation 970.244.9100 $3,544,454 Sept. 2009 —Jan. 2011 Project included 15,000 sy 16" concrete pavement, 100 sy 6" concrete pavement, 15,100 sy subgrade prep, 15,100 sy lean concrete base course, 5001f trench drain, 550 If 12" RCP, inlets, pavement marking. 10. Yampa Valley Regional Airport David E. Ruppel, Airport Manager 970.276.5030 $280,565 Aug. 2010 — Nov. 2010 Project consisted of spall repair, removal of concrete pavement, 11" —17" trench drain, 300 If grinding. 11. Grand Junction Regional Airport Authority—Schedules I, 11, III, IV, V AIP 3-08-0027-39 Rex Tippetts, Director of Aviation 970.244.9100 $10,428,617 Oct. 2009 — May 2010 Project included removal of the existing deteriorated asphalt 20,000 sy and the concrete 46,000 sy apron and their replacement of 15,400 sy 16 inches concrete pavement, 28,000 11" concrete pavement, 700 sy 8" concrete pavement 21,000 sy 7" concrete pavement. Included 1,500 If trench drain with storm sewer and inlets, electrical and pavement markings. 12. Gunnison -Crested Butte Regional Airport—Schedule 1 AIP 3-08-0030-42 John DeVore, Airport Manager 970.641.2304 $507,489 Aug. 2009 — Oct. 2009 This project had 2,225 sy 10" concrete paving, removals, 300 If schedule 40 perforated PVC, 280 If non -perforated PVC, asphalt removals, 800 cy unclassified excavation, aircraft tie -downs. 13. Riverton Regional Airport - Reconstruct and Rehabilitate Air Carrier Apron AIP 3-56-0024-26 Paul Griffin, Airport Division Manager 307.857-7780 $3,320,395 July 2008—June 2009 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 Project included 2800 sy 12" concrete pavement,240 sy 15" reinforced concrete paving, 1400 sy 6" concrete paving, 87 sy reinforced concrete paving, lighting replacement, sealing and restriping of the runway. Included underdrain, pavement marking, removals. 14. Gunnison -Crested Butte Regional Airport—Schedules I, II AIP 3-08-0030-38 John DeVore, Airport Manager 970.641.2304 $1,200,102 May 2008 — J an. 2009 Project consisted of a complete apron reconstruction with 2,950 sy 12" concrete pavement and 270 sy 8" concrete pavement. Installation of a 250 If 12" trench drain, electrical, beacon, pavement marking. 15. Laramie Regional Airport - Commercial Apron Reconstruction and Apron Rehab. AIP 3-56-0017-24 Jack Skinner, Airport Manager 307.742.4164 $1,705,392 Aug. 2007 — Dec. 2008 Project Involved 6,000 sy 12" concrete pavement, 6,000 sy concrete removal, 7,000 sy subgrade preparation, 3,000 sy unclassified excavation, 600 sy full panel depth, 140 If trench drain, 800 If 6" underdrain, installation of inlets, new tie -downs, electrical items and pavement markings. 16. Grand Junction Regional Airport - Reconstruct Air Carrier Ramp East/West Walker Field Public Airport Authority AIP 3-08-0027-34 Rex Tippetts, Director of Aviation 970.244.9100 $3,282,707 Sept. 2007 —July 2008 Project included 18,910 sy of 16" concrete pavement, 14,600 sy removal, 3,000 sy excavation, 2421f trench drain, 2 inlets, 6201f curb and gutter. 17. Sheridan County (WY) Airport AIP 3-56-0027-31 Subcontractor to Intermountain Construction & Materials John Stopka, Airport Manager 307.674.4222 $1,217,218 May 2007 — Nov. 2007 Contract items included 12,300 sy 11" concrete paving, 250 sy 11" high early concrete, 500 sy 7" high early concrete. 18. Yampa Valley Regional Airport Subcontractor to Connell Resources $1,603,410 July 2005 — Sept. 2006 Contract items included 16,000 sy 13" concrete paving, trench drain, installation of 8,000 If curb, gutter and sidewalk, handicap ramp. 19. Rock Springs — Sweetwater County (WY) Airport Ms. Leah Henderson, Airport Manager 307.352.6880 $1,692,087 April 2005 —Sept. 2005 Project involved 24,360 sy 6" concrete pavement, 552 If trench drain, electrical, replace access gate, fence, taxiway painting, seeding. 20. Improvements to Jackson Hole Airport — Schedule I: Expand Air Carrier Apron North (AIP Project No. 3-56-0014-35) Ray Bishop, Airport Director 307.733.7682 $2,936,393 June 2005 — May 2006 Project consisted of 9,980 sy 13" concrete pavement and 5,083 sy 8" concrete pavement, extension of waterline, new trench drain, manholes, lighting and pavement marking. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 ♦16iii4MW . • �' marcl@cwc-email.com Marc has significant heavy highway, pipeline and airport construction experience, which began in the early 1970's. In 1978, he formed his own construction company, Concrete Works of Colorado, Inc., and incorporated in 1980. Marc has developed Concrete Works from a single pickup truck and a few employees into a corporation that generates $50 million a year in revenue and currently employs more than 100 employees. Marc is a very hands-on owner and values doing the highest of quality work. He strives on building tough, challenging projects with tough, challenging deadlines and building good, long lasting relationships with owners, clients, suppliers, subcontractors and employees. Marc sets high standards for work ethic, quality work and integrity and sets similar, clear expectations of all employees of Concrete Works of Colorado, Inc. PROJECT SHORT LIST: Colorado Springs Airport - Taxiway E,G&H Reconstruction, Phase III $9,626,997 Sam Schneiter, Project Manager, City of Colorado Springs - 719-550-1907 Colorado Springs Airport - Taxiway M&F Reconstruction - AIP 3-08-0010-54 $6,582,137 Sam Schneiter, Project Manager, City of Colorado Springs - 719-550-1907 WYDOT - Gillette - Douglas Highway 59 WYDOT Project ACNH-HP-N432051 & ARSCT-N432A01 Josh Jun dt, PE- 307-682-3550 $21,000,000 This project involved highway expansion work and utility improvements. Project received an Excellent rating from the Wyoming Department of Transportation. This project was completed one month early and Concrete Works earned a $1 M bonus. Work included 80,731 sy 9" concrete pavement, 11,000' curb and gutter, 6,500sy sidewalk, hydrant and valve box, adjustments, 59,000 tons crusher run subbase, 25,000 tons crushed base, 3,100' precast box culvert, 12"-48" RCP, various sized inlets, manholes, electrical, sign panels, seeding, fencing, asphalt paving, milling, pavement markings. WYDOT Project NH 0.82 N121105 $7,583,877 Jennifer Hoffman, PE- 307-877-3239 This project included placement of 80,500sy of 6" concrete pavement, topsoil, overburden, storm water control, seeding, dust control, asphalt mix, portable traffic signal system, delineators. Grand Junction Regional Airport Authority - Schedules IN - AIP 3-08-0027-39 $10,428,617 Rex Tippetts Director of Aviation - 970-244-9100 City and County of Denver - 23rd Avenue Reconstruction $3,867,467 Brent Nagen, Project Manager - 303-342-4491 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 marcl@cwc-email.com Alex May, P.E., City of Boulder Trans. Manager 303-441-3266 Anthony Devito, CDOT Region 1 720-497-6900 Stephany Westhusin, City of Boulder Trans. Projects Coordinator 303-441-4274 ® Active, prominent member of the Colorado Contractors Association ® CCA Pioneer Award Winner, 2013 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 (303) 419-27961 brasher@cwc-email.com EDUCATION: B.S., Civil Engineering PROFESSIONAL REGISTRATIONS: Registered Professional Engineer, Colorado ACPA (American Concrete Paving Association) Board Member CCA (Colorado Contractors Association) Board Member PROFESSIONAL EXPERIENCE: Dick Brasher has over 30 years of experience in the engineering design, project management, construction management, and construction industry. His experience ranges the spectrum from private sector, consulting engineering, to public sector, municipal engineering/ project management, to private sector, construction. His experience has consistently related to the design, management, construction, and implementation of public works projects. Projects have included street and intersection construction and reconstruction, bridges, underpasses, bike path and pedestrian improvements, waterline, sanitary sewer and storm sewer improvements and a wide variety of other public works related projects. He has managed professional engineering project management staffs and has been responsible for budget development, budget tracking and complete implementation of public works capital improvement programs. WORK HISTORY: CONCRETE WORKS OF COLORADO, INC. Vice President I Lafayette, CO 12001 - Present Dick is responsible for day-to-day operations, contract and cost negotiations, project management and implementation, maintaining client and owner relations, scheduling, project cost development and tracking, and all around general problem solving and company spokesman. CITY OF BOULDER, PUBLIC WORKS Engineering Project Management Coordinator I Boulder, CO 11991 - 2001 Dick managed a staff of 10, including 5 Engineering project managers, civil engineers, technicians and inspectors. He was responsible for the entire implementation of the Transportation Divisions Capital Improvement Program. Responsibilities included: budget development and tracking, design and construction management, contract administration, contract negotiations, board and city council presentations and considerable public involvement. CITY OF BOULDER, PUBLIC WORKS Engineering Project Manager I Boulder, CO 11986 - 1991 Dick was responsible for the design, management and construction of numerous transportation and utility projects. Projects included street improvements, bridge replacements, bike paths, underpasses, overlay programs, sidewalk replacement programs, storm sewer improvements and water main relocations. His responsibilities included: project design and management, public involvement, budget development and tracking, scheduling, construction management and contractor negotiations. KKBNA CONSULTING ENGINEERS Design and Project Engineer Coordinator I Wheat Ridge, CO 11980 - 1986 Dick was responsible for the design and management of numerous public works related projects including transportation projects, bridge projects and utility projects. He had significant experience in the construction management and implementation of these projects as well. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 Lirew A. i _ (303) 419-2998 1 drew@cwc-email.com COLORADO STATE UNIVERSITY Bachelor of Science in Construction Management, Fort Collins, CO May 2010 VIT901 (WOT," CONCRETE WORKS OF COLORADO Project Manager (promoted to) I Lafayette, CO I October 2010 - Present • Responsible for overall project success and client satisfaction • In charge of pay applications and quantity tracking • Develop and maintain project master CPM and 3 -week look -ahead schedules • Work directly with City and County representatives and outside consultants on conflict resolution and delay mitigation • Perform direct field supervision by planning, delegating, executing, and monitoring work • Complete and supervise all submittal, RFI's, change order, procurement, budget and labor control, project documentation, and invoicing • Compile and implement erosion control plans • Accountable for QA I QC procedures • Coordinate and manage subcontractors • Establish value engineering and cost analysis ideas • Perform site safety audits to ensure subcontractor and field employee adherence to safety policies CONCRETE WORKS OF COLORADO Project Engineer Intern I Lafayette, CO I June 2009 - October 2010 • Prepared bid estimates for numerous heavy civil projects ranging in value from $90,000 to • $16,000,000 • Assisted project managers with RFI's, submittals, subcontracts, quality control, schedules, field quantities, purchasing, procurement, site meetings and inspections, and job cost accounting • Performed surveys on an airport apron and taxiway rehabilitation project for Walker Field, Grand Junction, CO • Developed a force account tracking system and several standardized project forms consisting of BFI's, submittals, force account work sheets, and change orders • Assisted in the award of two contracts in value of $378,000 and $5,000,000 with innovative ideas • Compiled an erosion control plan for the Cat -Miller Reservoir Urban Drainage Project, Denver, CO DI CONSTRUCTION COMPANY Owner/Operator I Longmont, CO I January 2005 - June 2009 • Established a Company that performed a variety of services from remodeling, interior/exterior finish work, framing, custom decks, window/door installation, landscaping, and light earthwork • 100 percent of projects completed on time, within budget, and without injuries • Performed bidding, estimating, scheduling, and accounting duties • Procured contract with Wick Buildings erecting steel and wood structures ranging in size from 2,000 - 50,000 square feet • Procured a contract with Square Root Construction performing exterior restoration, historic preservation, and installing deck systems • Maintained contracts with Irongate Incorporated performing sub -contracting frame work, site work, installation, and consulting • Marketed and promoted new accounts by maintaining customer relations, advertising, and cold calls DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 rWright,. (303) 419-2998 1 drew@cwc-email.com Central Colorado Wafer Conservancy - Rinn Valley Gravel $1,200,000 Denver, CO September 2017 - March 2018 This project included construction of the inlet and outlet water conveyance for the Rinn Valley Reservoir, which included two inlet structures to efficiently measure variations of inflows from 1 to 80 CF per second. A 24" flume, a riprap rundown channel in the reservoir bank to safely move water from the measurement structures to the reservoir. The City and County of Denver - Cherry Creek Drive South Denver, CO $4,400,000 March 2017 - October 2018 This projected consisted of the full reconstruction of Cherry Creek Drive South, including concrete pavement, structural concrete, curb and gutter, asphalt paving, median landscape, irrigation, sidewalk and storm drain system. The City of Denver - 33,d Street Outfall Denver, CO $6,600,000 September 2017 - Sept. 2018 The 33,d Street Outfall project was designed to improve the drainage conditions in the Basins bounded by the South Platte River to East 13th Avenue, and from North Williams Street to North Grant Street. This phase was to construct the storm sewer system and its associated facilities along 33rd Street Corridor. Denver Water - DIA 2017 Vaults $2,700,000 Denver, CO September 2017 - Dec. 2017 The major components of this project were to remove existing and install new access hatches. Complete site restoration at all installation sites, including fill, concrete asphalt, ground cover and sidewalks. Erie Municipal Airport Erie, CO $304,000 August 2017 - November 2017 The Erie airport project consisted of apron rehabilitation, replacement of concrete panels and concrete joints. The City of Thornton - DRCOG Fastracks Trails Thornton, CO $2,000,000 March 2017 - October 2017 DRCOG Fastracks Trails consisted of pedestrian/bicycle sidewalk and trail facilities to provide access to various Fastrack stations in Thornton. 14,000 liner feet of 8-10" sidewalk trails, 450 feet of cast -in-place reinforced concrete wall ranging in height from 4' to 7, 50' long 2-3' high MSE wall, one 36" diameter RCP culvert extension with type D inlet and four 18" diameter RCP culverts. The City of Louisville Louisville, CO $260,500 August 2014 - September 2017 Louisville included the removal and replacement of curb and gutter, sidewalk, ADA ramps, crosspans, sanitary sewer line and water line replacement, concrete replacement and asphalt patching. The City of Golden - West 44th Avenue Regional Trail Golden, CO $1,100,000 December 2016 - July 2017 The 441h Avenue Regional trail consisted of 3,400 liner feet of 10" concrete trail, 2,200 liner feet of curb and gutter, retaining wall, and minor storm and gutter. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 ® W n g h t, (303) 419-2998 1 drew@cwc-email.com The City of Centennial - NOB Hill Centennial, CO $340,000 October 2016 - Dec. 2016 NOB Hill pedestrian improvements included the removal and replacement of 3,635 liner feet of concrete curb, gutter, and sidewalk - 8 ADA ramps with brick paver truncated domes. Buckley Air Force Base $8,700,000 Aurora, CO September 2015 - Sept. 2016 Buckley Air Force Base main apron repair consisted of the repair of the main apron and alert pavements, concrete paving, storm sewer, inlets, trench drains, aircraft tie down and aircraft lighting cans. Telluride Regional Airport $2,700,000 Telluride, CO May 2015 - September 2015 This project included grading, drainage, subgrade prep, sub -base and base courses, portland cement concrete paving, bituminous, paving, striping, runway & taxiway lighting & signage, flood lighting, erosion control, and topsoil prep. Eagle County Airport $15,200,000 Eagle, CO April 2015 - August 2016 This project consisted two phases spanning over two seasons of 62,000 square yards of econocrete base course, 61,800 square yards of 16.5" concrete paving, 9,618 square yards of 12" concrete paving, underdrain 18" and 36" RCP. CDOT - Castle Rock 1-25 - Woodlands Boulevard $7,500,000 Castle Rock, CO August 2014 - July 2015 This project consisted of the replacement and reconstruction of existing concrete pavement including the instillation of the storm drain system. The City of Boulder- Pearl Parkway $5,600,000 Boulder, CO October 2013 - June 2015 Pearl Parkway multi use path consisted of roadway reconstruction including urban redesign elements, concrete paving, curb and gutter, concrete structures, cast in place box culvert, storm sewer, inlets, waterline improvements, architectural concrete flatwork, brick pavers, silva cell tree boxes, E.G. landscaping, and drainage 32nd Avenue Widening - Braun Court to Wright Court $4,600,000 Wheat Ridge, CO January 2013 - August 2013 32nd Avenue was a project that included widening the roadway with concrete and asphalt paving, new and upgraded utilities, a soil nail retaining wall with a MSE block face under 1-70, new and upgraded traffic signaling, new pedestrian lighting, new sidewalk, curb, and curb ramps. CWC developed phasing to handle major traffic volume through the Youngfield and 32nd Avenue intersection. Colorado Springs Airport Taxiway M&F Colorado Springs, CO $6,400,000 September 2012 - December 2012 The Colorado Springs Airport was 29,584 square yard FAA project at a 16" depth with two phases that included 4 milestones with $10,000 per day liquidated damage. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 ® Wright, (303) 419-2998 1 drew@cwc-email.com WYDOT - Cokeville North Overlay $7,600,000 Cokeville, WY June 2012 - September 2012 The Cokeville overlay project was nine miles of state highway that had a 6" by 40' wide white top with a 3.5" asphalt milled surface underneath. The CWC owned batch plant was utilized for roughly 35,000 cubic yards of concrete. CWC constructed one lane at a time with a 24 hour pilot car operation, further this project was the pilot program for white top projects in the future for the country. The City of Boulder - Broadway / Euclid Transportation Improvements $5,700,000 Boulder, CO November 2011 - August 2012 The Broadway/Euclid project significantly improved the safety and mobility of a highly traveled and congested area in Boulder. A busy and dynamic stretch of road with 30,000 cars, 1280 buses, and several thousand pedestrians and cyclists utilizing the highway every day. Two structures were built; an underpass beneath Broadway with intricate form liners and stone work, and a steel bridge with a cast in place deck. In order to minimize the duration of construction and traffic congestion, the project team determined a unique single phase detour for Broadway was most efficient. This phasing allowed efficient and timely construction of the underpass with little impact to traffic. CWC won the APWA award for Engineering/Construction Management- Medium Community City and County of Denver - 141h Street Reconstruction - Market to Colfax $14,000,000 Denver, CO November 2010 - November 2011 14TH Street was 12 blocks of pedestrian orientated "Living Street" including sidewalk widening, granite and urban design elements, accent lighting, way -finding monuments, spillover cafes, full depth street reconstruction, and updated infrastructure. It is one of the busiest corridors in Downtown Denver, between Market and Colfax. 141h Street is lovingly referred to as Denver's Ambassador Street. This project consisted of the largest fiber optic and communication corridor between San Francisco and New York, numerous unforeseen underground utilities. CWC won the APWA award for Engineering /Construction Management - Large Community. Grand Junction Regional Airport $13,975,000 Grand Junction, CO June 2009 - January 2011 This project was completed in two sections, both consisted of reconstruction of the general aviation apron. The first section began in September 2009, and was complete in January 2001, and included the replacement of 15,000 square yards of 16" concrete pavement, and 100 square yards of 6" concrete pavement, 15,100 square yards of subgrade prep and 15,100 square yards lean concrete base course, and had 500 liner feet of trench drain and 550 liner feet of 12" RCP, inlets and pavement markings. The second section began in June 2009, and was complete in October 2009. This section consisted of removal of the existing deteriorated asphalt (20,000 square yards) and concrete apron (46,000 square yards) and included the replacement of concrete pavement on a lean concrete base, with 1500 liner feet of trench drain with inlets and storm sewer upgrades. This project was originally planned to be constructed during the summer, fall, and into the spring of 2010. The project was accelerated and completed in the fall of 2009. DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 EQUIPMENT LISTING EQ # 05-0000 DESCRIPTION CON -ECO PORTABLE BATCH PLANT SERIAL IN # DRIVEII D0223LX 05-0001 •Is 06-0433 CON -ECO PORTABLE BATCH PLANT CAT CP -323C ROLLER 10555 OEAS00433 06-0589 CAT CP -563C ROLLER 5JN00589 06-0911 • 07-0032 CAT CS -433E ROLLER 98 GOMACO TC600 CURE MACHINE OASR00911 904400-32 07-0035 97 GOMACO 9500 TRIMMER MC905500-035 07-0772 06 GOMACO COMM III - LITTLE PAVER 900100-772 07-3801 88 GOMACO COM3 CURB & GUTTER MC1583801 07-6525 09-0060 92 GOMACO GP2500 - BIG PAVER JOHN DEERE 332 SKIDSTEER MC1876525 110060 09-0077 BOBCAT S330 SKIDSTEER A02040077 09-0198 CAT 966K LOADER TFS00198 09-0225 CAT 140H BLADE 9TN00225 09-0487 CAT 140M BLADE OM9J00487 09-0793 CAT 950H LOADER K5K00793 09-1407 BOBCAT S330 SKIDSTEER A02011407 09-1433 BOBCAT MULE A59Y11433 09-1436 CAT 914G LOADER 9WM01436 09-1660 BOBCAT S300 SKIDSTEER 521511660 09-1661 BOBCAT S300 SKIDSTEER 521511661 09-1662 BOBCAT S300 SKIDSTEER 521511662 09-2354 JOHN DEERE 510 BACKHOE T0510DG812354 09-2452 CAT 950G LOADER 3JW02452 09-2557 CAT 938G LOADER OCRD02557 09-2895 BOBCAT S300 SKID STEER 531112895 09-7899 2007 VOLVO L -90E LOADER L90EV67899 09-08850 CAT 420D BACKHOE FDP00885 09-8953 JOHN DEERE 280 SKIDSTEER T00280B918953 09-9083 BOBCAT MULE RA0733-799083 09-9645 CAT 140G BLADE 72VO9645 09-26610 CAT 938G LOADER 6WS02661 09-65140 10-0143 JOHN DEERE 410E BACKHOE CAT EL300 EXCAVATOR T0410EX886514 03FJ00143 10-0307 CAT 365CL EXCAVATOR MCS00307 10-0425 CAT 308 MINI EXCAVATOR OFYC00425 10-0645 GRADALL XL3300 0330645 10-0784 CAT 325DL EXCAVATOR A3R00784 10-0966 CAT 321 CL EXCAVATOR OMCF00966 10-1056 CAT 325DL EXCAVATOR A3R01056 10-1120 CAT 345CL EXCAVATOR OPJW01120 10-1149 GRADALL XL5200 0521149 10-1200 CAT 345CL EXCAVATOR IPJW01200 10-3506 IVOLVO EW170 EXCAVATOR 13506 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 EQ # DESCRIPTION SERIAL/VIN # DRIVER/LOC 10-4318 GRADALL XL3300 0334318 10-8307 KOMATSU PC78US-6 MINI EX a8307 10-8325 GRADALL XL3300 338325 10-8335 GRADALL XL3300 338335 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 EQ # 17-1616 DESCRIPTION WANCO MESSAGE BOARD SERIAL/VIN # DRIVER/LOC 51712S161091001616 17-3955 WANCO ARROW BOARD 51711S101151003955 17-4530 MAGNUM LIGHT TOWER 057502 17-5223 WANCO ARROW BOARD 5P11S101X71005223 17-8498 AMIDA LIGHT PLANT 990758498 17-8521 ROSCO RB -48 ROAD BROOM 48521 17-9008 BROCE BROOM 89008 17-9451 WANCO ARROW BOARD 1 W9151019X1249451 17-9486 WANCO ARROW BOARD 1W19S1016X1249486 17-9844 WANCO ARROW BOARD 1 W9151018W1249844 17-9845 WANCO ARROW BOARD 1 W91 S101 WX1249845 17-9944 WANCO ARROW BOARD 1W91S101XX1249944 17-9951 19-56CO WANCO ARROW BOARD HOME MADE WATER TRL 1 W9151015Y1249951 ID07721256CO 19-0561 FONTAINE FLATBED 13N248303T1570561 19-0623 FLAT BED TRAILER 1TTF48202T1050623 19-0643 01 PJ P182 PILE HOOK TRL 4P5PH162X11040643 19-0645 03 WATER TRAILER HOME -TAX ID07720645CO 19-0698 04 WATER TRAILER ID07720698CO 19-1022 00 MERTZ END DUMP TRL - tax 1 M92D3721YA211022 19-1229 01 PJ GOOSENECK TRL 4P5GF302211041229 19-1236 BUTLER TRAILER/2007 4KNUT18237L161236 19-1269 HYD DOVE TAIL LOW BOY 1TKA04823DM021269 19-1616 PJ GOOSENECK TRAILER 4P5GF252731051616 19-1664 2008 HAULMARK KODIAK TRLR 16HPB14258H171664 19-2515 00 PJ LOADTRAIL HAUL -TAX 4P5CH1829Y2002515 19-2828 HAULMARK/TRAILER 16HGB24257K012828 19-2947 LOAD TRAIL TRAILER 5L8CF263281012947 19-3737 94 BUTLER 1014 ELECT TRL 1BUD1420XR1003737 19-5402 TOOL TRAILER 731T105402 19-5467 1997 WABASH TRAILER 1JJV532UOVL385467 19-5503 00 TRAILBLAZER TRL-TAX 4X4TSEV27YNO25503 19-5690 98 HAULMARK TRL PROFILO 16HCB1010WH045690 19-6073 02 JAYHAWK 20' GOOSENECKF 1 R9GE203X2A286073 19-6077 SMALL TRAILER BE5C16SG700086077 19-6402 01 TRAILKING LOWBOY - tax 1TKJ053321M026402 19-6403 BOOSTER W/ LOWBOY 1TKS01411 1 M026403 19-6851 PJ TRAILER DUMP 4P5DT142061086851 19-7061 97 BUTLER TILT TRAILER 1 BUD14206U2007061 19-7286 00 WABASH DURAPLATE 53' 1JJV532W4YL607286 19-7829 JOB TRAILER 1JJV532Y5WL427829 19-8416 RANCO END DUMP TRLR 1R9ESC5076L008416 19-8687 04 RANCO END DUMP TRLRtax 1 R9ESC5094L008687 19-8933 20-0174 RANCO END DUMP TRAILER 2012 F-350 1R9ESC50181-008933 1 FT8W3BTXCEB30174 SPARE 20-0390 2008 FORD F-350 11 FTWW31 R48E620390 I RYAN KELLEY DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 EQ # DESCRIPTION SERIAL/VIN # DRIVER/LOC 20-0409 2000 FORD F550 SERVICE TRK 1 FDAF56F4YEC90409 SHOP 20-0639 2000 PETERBILT HAUL TRK 1XPFPDBXXYD510639 KEN WARD 20-0685 2007 CHEVY SILVERADO 2500 251GCHK23D37F180685 SPARE 20-0819 2007 CHEVY 1 TON 1GCHK33677F510819 DUSTIN CLARK 20-0941 2008 STERLING SERVICE TRK 3F6WK76A58G350941 CHAD STUTZMAN 20-1138 2007 GMC C550 TRUCK 1GDJ5C1227F401138 EFREN SANCHEZ 20-1163 1994 GMC C-60 2TON FLATBED 1GDE6H1P4RJ511163 FORM TRUCK 20-1333 2012 GMC 2500 1GT121CG5CF191333 RYAN STICE 20-1343 2006 FORD F250 1 FTSX21 P76ED31343 JESUS FOLATES 20-2216 2004 FORD F550 DUMP TRUCK 1FDAF56P84EA02216 FIELD 20-2286 2007 FORD F250 1 FTSW21 P77EA82286 GW BRANDON 20-2291 2006 FORD F550 DUMP TRUCK 1 FDAF56P36ED52291 FIELD 20-2622 2013 GMC SIERRA 3500 1GT423C89DF112622 ELISEO SANCHEZ 20-2746 2008 F-350 1 FTWX31 R48EA62746 EDWARD MILLER 20-2846 2005 KW WATER TRUCK 2NKMHD7X95M102846 FIELD 20-3083 2007 PETERBILT HAUL TRK 1XP5DBEXX7D673083 JACK MARKLEY 20-3204 2002 FORD FLATBED 1 FDWX36F62ED13204 CURE TRUCK 20-3341 1997 CHEVY C6500 2 TON 1GBJ6H1 P4VJ1 13341 FORM TRUCK 20-3342 2012 GMC SIERRA 2500 1GT121CG2CF133342 SPARE 20-3765 2008 FORD F-250 1 FTSW21 R98EA83765 JAKE JACOBSON 20-3912 2008 FORD F250 1 FTSX21 R18EB73912 FRED SANCHEZ 20-4328 2002 FORD F-350 1 FTSW31 F82EB14328 SPARE 20-4435 2007 GMC SIERRA 1500 3GTEK13347G514435 BRANDON TURNER 20-4608 2003 FORD F350 FLATBED 1FDWX37FX3EH44608 ASUNCION RUIZ 20-4832 2008 F-350 FORD 1FDWX37R08EB84832 ARTURO CARRILLO 20-5080 1999 DODGE RAM 3B6MC3669XM515080 CURE TRUCK 20-5082 1999 RAM 3500 3B6MC3662XM515082 DON BLOOD 20-5477 2002 GMC TC6H042 FLATBED 1GDJ6H1E42J505477 FORM TRUCK 20-5521 2008 GMC 2500 1GTJK36608F175521 CURTIS CUE 20-5654 2002 PETERBILT FUEL TRUCK 2NPNHD7X52M575654 FIELD 20-5699 2008 FORD 350 1 FTWW31 R48EB25699 GARY COFFEY 20-5731 2007 FORD F350 1 FDWX36P87EA35731 YVETTE THOMPSON 20-5766 2008 PETERBILT HAUL TRK 1XPXDBOX88D755766 MARTY CANTONWINE 20-6669 2001 FORD F350 1 FDWF36F81 ED16669 SPARE 20-6670 2001 FORD F350 1 FDWF36F41 ED16670 YANCEY RAMAGE 20-6942 1999 GMC WATER TRUCK 1GDM7H1C5XJ516942 FIELD 20-7103 2006 FORD F-250 1 FTSW21 P96EA47103 SPARE 20-7182 2008 FORD F-250 1 FTSW21 R38EA47182 SPARE 20-7480 2007 10 SERIES SERVICE TRUCK 2NKMHD7X27M197480 PAUL STUTZMAN 20-7722 2008 FORD F150 1 FTRX14W68KD27722 DREW WRIGHT 20-8028 1998 PETERBILT HAUL TRK 1XPFDB9X5WD458028 SPARE 20-8296 2008 FORD EXPEDITION 1 FMFK16568LA48296 MARK LIGGETT 20-9047 2002 FORD F-350 1 FDWX37F02EA29047 ANICETO GARCIA 20-9384 2006 FORD F-150 1 FTPX14V76NB69384 SHOP 20-9719 2005 KW MIXER TRUCK 1 NKWLOEX35J079719 PLANT 20-9744 1999 DODGE RAM 3B6MF3661XM559744 GERARDO CASTRO 20-32050 2002 FORD F350 1 FDWX37FX2ED13205 SPARE 20-96930 2000 PETERBILT TANDEM DUMP TRK 1XP5DB9X9SD379693 FIELD DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 EQ #DESCRIPTION SERIAL/VIN # DRIVER/LOC 22-OZZM 1000 GAL FUEL TANK 11SGT328516 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Flood and L RE: Concrete Works of Colorado, Inc. — Lafayette, CO To Whom It May Concern: We are pleased to provide this letter on behalf of our client, Marc Lenart, President of Concrete Works of Colorado. Our client has earned an excellent reputation for quality work and professionalism as well as unquestionable character and integrity. It is our pleasure to represent Mr. Lenart and Concrete Works of Colorado for the past 16 years. The Surety for Concrete Works of Colorado continues to be The Hartford Fire Insurance Company which has an A.M. Best rating of A+ (superior). The Hartford Fire Insurance Company is licensed to conduct business in Colorado and is listed in the US Department of Treasury's Listing of Certified Companies. While The Hartford has not established any specific bond limits for Concrete Works of Colorado, the contractor's total bonding capacity is in excess of $50 million. In the past, The Hartford has approved single projects for Concrete Works of Colorado in excess of $30 million. Please understand that The Hartford does not provide commitment letters and, accordingly, this letter should not be construed as a commitment on the part of The Hartford. Any bid or final bond request would be subject to The Hartford's normal underwriting standards including a review of final contract terms, bond forms and other pertinent underwriting information. Please feel free to contact me if you have any questions or need any additional information. Sincerely, Darlene Krings Attorney -in -Fact Hartford Fire Insurance Company Denver Fort Collins Greeley 2000 S. Colorado Blvd. 1-4000 4821 Wheaton Drive 4687 W 18th Street Denver, CO 80222 Fort Collins, CO 80525 Greeley, CO 80634 (720) 977-7110 (970) 266-8710 (970) 356-0123 DonuSignEnvelope ID: F4-8x39EE1E9999 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 CONTENTS Independent Auditors' Report Financial Statement Balance Sheets Notes to Financial Statement DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 MARTIN, VEJVODA AND ASSOCIATES Nk INCORPORATED 3443 SOUTH GALENA STREET • SUITE 200 DENVER, COLORADO 80231 (303)338-9277 To the Board of Directors and Stockholders of Concrete Works of Colorado, Inc. FAX: (303) 338-9281 We have audited the accompanying financial statement of Concrete Works of Colorado, Inc. (an S Corporation), which comprise the balance sheets as of December 31, 2017 and 2016, and the related notes to the financial statement. Management's Responsibility for the Financial Statement Management is responsible for the preparation and fair presentation of these balance sheets in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of balance sheets that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an opinion on these balance sheets based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audits to obtain reasonable assurance about whether the balance sheets are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the balance sheets. The procedures selected depend on the auditors' judgment, including the assessment of the risks of material misstatement of the balance sheets, whether due to fraud or error. In making those risk assessments, the auditors consider internal control relevant to the entity's preparation and fair presentation of the balance sheets in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the balance sheets. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the balance sheets referred to above present fairly, in all material respects, the financial position of Concrete Works of Colorado, Inc. as of December 31, 2017 and 2016, in accordance with accounting principles generally accepted in the United States of America. Denver, Colorado March 13, 2018 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. BALANCE SHEETS DECEMBER 31, 2017 AND 2016 A.q.qFT.q CURRENT ASSETS Cash and Cash Equivalents Accounts Receivable: Trade Retainage Employee Total Accounts Receivable Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts Current Portion of Note Receivable - Affiliate Prepaid Expenses Total Current Assets PROPERTY AND EQUIPMENT - At Cost Vehicles Construction Equipment Office Furniture and Equipment Leasehold Improvements Building Less: Accumulated Depreciation Total Property and Equipment (Net) OTHER ASSETS Note Receivable - Affiliate, Less Current Portion Deposits Investments Advance to Stockholder Total Other Assets TOTAL ASSETS See accompanying notes to financial statement. M 2017 2016 $ 5,032,069 $ 4,746,289 3,872,862 1,072,762 1,153,634 1,332,268 41338 4,391 5,030,834 2,409,421 96,742 46,666 99,230 - 99,130 60,778 10,358,005 7,263,154 4,412,458 3,556,866 14,867,127 14,848,883 222,483 220,219 73,171 41,610 1,745,110 1,745,110 21,320,349 20,412,688 11,143,664 10,207,191 10,176,685 10,205,497 626,385 - 11,000 13,775 73,225 64,432 600,000 - 1,310,610 78,207 $ 21,845,300 $17,546,858 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES Current Portion of Long -Term Debt Accounts Payable: Trade Retainage Total Accounts Payable Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts Accrued Incentive Bonuses Accrued Liabilities Payroll and Payroll Taxes Payable Total Current Liabilities LONG-TERM LIABILITIES Long -Term Debt, Less Current Portion Total Liabilities STOCKHOLDER'S EQUITY Common Stock, No Par Value; 100,000 Shares Authorized; 37,501 Shares Issued Additional Paid -In Capital Retained Earnings Total Stockholder's Equity TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY See accompanying notes to financial statement. 5 2017 2016 $ 1,200,754 $ 1,089,761 3,059,955 1,098,469 264,600 108,718 3,324,555 1,207,187 1,548,624 482,249 500,000 350,000 51,040 47,315 146,761 31,896 6,771,734 3,208,408 2,010,923 2,926,955 8,782,657 6,135,363 11,618 11,618 250,000 250,000 12,801,025 11,149,877 13,062,643 11,411,495 $ 21,845,300 $17,546,858 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT DECEMBER 31, 2017 1 Summary of Significant Accounting Policies and Nature of Business Nature of Business The Company is primarily engaged in the construction business as a heavy highway contractor specializing in road building, street construction, curbs and gutters, excavation, bridges, utilities -water pipelines, storm drainages and sewer pipelines. The Company works primarily in Colorado; but has performed and continues to perform significant projects in Wyoming. Revenue and Cost Recognition Revenues from fixed-price and cost-plus contracts are recognized on the percentage -of - completion method, whereby revenues on long-term contracts are recorded on the basis of the Company's estimates of the percentage -of -completion of contracts based on the ratio of actual cost incurred to total estimated costs. This cost -to -cost method is used because management considers it to be the best available measure of progress on these contracts. Revenues from cost -plus -fee contracts are recognized on the basis of costs incurred during the period plus the fee earned, measured on the cost -to -cost method. Because of the inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within near term. Cost of construction includes all direct material, sub -contractor, labor and certain other direct costs, as well as those indirect costs related to contract performance, such as indirect labor and fringe benefits. Selling, general and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, which are recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from job performance, job conditions, contract penalty provisions, claims, change orders, and settlements, are accounted for as changes in estimates in the current period. Claims for additional contract revenue are recognized when realization of the claim is probable and the amount can be reasonably determined. The asset, "Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts", represents revenues recognized in excess of amounts billed. The liability, "Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts", represents billings in excess of revenues recognized. Estimates The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statement and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from these estimates. Investments The classification of investments is determined at the time of purchase. lei DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31, 2017 1 Summary of Significant Accounting Policies and Nature of Business (Continued) Investments (Continued) The investments consist of precious metals and are purchased for holding over the long term. Realized gains and losses are reported in current year earnings. IncnmP Taxes The Company's financial statement, accounting records and income tax returns are prepared on the percentage -of -completion method. Differences between financial statement and taxable income are due to differences in depreciation methods and timing differences on certain accruals. The Company has elected to be treated as an S Corporation. The earnings of an S Corporation are taxable to its stockholders. Accounting principles generally accepted in the United States of America require an entity to disclose any material uncertain tax positions that management believes does not meet a "more -likely -than -not" standard of being sustained under and income tax audit, and to record a liability for any such taxes including penalty and interest. As of December 31, 2017, management has not identified any uncertain tax positions requiring any recording or disclosure. The years open for tax authority examination are the years ended December 31, 2014 through December 31, 2017 for Federal purposes, and December 31, 2013 through December 31, 2017 for State purposes. Depreciation Depreciation is computed using the straight-line method over the estimated useful lives of the assets. Cash and Cash Equivalents For the purposes of this financial statement, the Company considers all investments with a maturity of three months or less when purchased to be cash equivalents. Concentration of Credit Risk The Company's primary concentration of credit risk is contract receivables. At December 31, 2017 and 2016, approximately 99% and 72%, respectively, of the Company's contract receivables were from three customers. Approximately 64% and 49% of the Company's billings were from these customers during the years ended December 31, 2017 and 2016, respectively. The Company's remaining trade receivables are generally diversified among other contractors, customers, owners and governmental agencies, and are contractual agreements. The Company maintains the ability to lien certain projects should collection problems arise. The Company maintains cash balances in a financial institution in excess of FDIC insured limits. 7 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31, 2017 1 Summary of Significant Accounting Policies and Nature of Business (Continued) Inventory Inventory is stated at the lower -of -cost or market, which approximates average cost. Allowance for Doubtful Accounts Management considers all accounts receivable to be fully collectible. Accordingly, no allowance has been provided in this financial statement. Operating Cycle In accordance with normal construction industry practice, the Company includes certain amounts related to construction contracts in current assets and current liabilities even when such amounts are realizable or payable over a period in excess of one year. 2 Costs and Estimated Earnings on Uncompleted Contracts 2017 Costs Incurred and Estimated Earnings on Uncompleted Contracts $20,109,899 Less: Billings to Date 21,561,781 $ (1,451,882) Included in the accompanying balance sheets under the following captions: 2017 Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts $ 96,742 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (1,548,624) $ (1,451,882) 2016 $ 5,556,049 5,991,632 $ (435,583) 2016 $ 46,666 (482,249) $ (435,583) 3 Property and Equipment A summary of the investment in property and equipment, at December 31, 2017, was as follows: 4 Investments The Company has an investment in precious metals which is valued at market value. Market value, at December 31, 2017 and 2016, was as follows: EZ Accumulated Cost Depreciation Net Vehicles $ 4,412,458 $ 2,367,627 $ 2,044,831 Construction Equipment 14,867,127 7,964,085 6,903,042 Office Furniture and Equipment 222,483 199,421 23,062 Leasehold Improvements 73,171 28,522 44,649 Building 1,745,110 584,009 1,161,101 $21,320,349 $ 11,143,664 $ 10,176,685 4 Investments The Company has an investment in precious metals which is valued at market value. Market value, at December 31, 2017 and 2016, was as follows: EZ DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31, 2017 4 Investments (Continued) Cost Unrealized (Loss) Market Value 2017 2016 $ 83,514 $ 83,514 10,289) 19,082) $ 73,225 $ 64,432 During the years ended December 31, 2017 and 2016, the Company incurred unrealized gains of $8,793 and $5,214, respectively. These amounts are included in Other Income as Unrealized Gain on Investments. ASC 820-50-10, Farr Value Measurements, establishes a framework for measuring fair value. That framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities (Level 1 Measurements) and the lowest priority to unobservable inputs (Level 3 Measurements). The three levels of the fair value hierarchy under ASC 820-50-10 are described as follows: Level 1: Inputs to the valuation methodology are unadjusted quoted prices for identical assets or liabilities in active markets that the Plan has the ability to access. Level 2: Inputs to the valuation methodology include - - Quoted prices for similar assets or liabilities in active markets; - Quoted prices for identical or similar assets or liabilities in inactive markets; - Inputs other than quoted prices that are observable for the asset or liability; and, - Inputs that are derived principally from or corroborated by observable market data by correlation or other means. If the assets or liability has specified (contractual) term, the Level 2 input must be observable for substantially the full term of the asset or liability. Level 3: Inputs to the valuation methodology are unobservable and significant to the fair value measurement. The asset or liability's fair value measurement within the fair value hierarchy is based on the lowest level of any input that is significant to the fair value measurement. Valuation techniques used need to maximize the use of observable inputs and minimize the use of unobservable inputs. Following is a description of the valuation methodologies used for assets measured at fair value: Precious Metals: Valued at market price for the metal, adjusted for handling charges by the buyer. Precious metals have a daily quoted market, but the handling charges are not publicly quoted. The preceding method described may produce a fair value calculation that may not be indicative of net realizable value or reflective of future fair values. Furthermore, although the Company believes its valuation methods are appropriate and consistent with other market participants, the use of different methodologies or assumptions to determine the fair value of certain financial instruments would result in a different fair value measurement at the reporting date. 9 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31, 2017 4 Investments (Continued) The following tables set forth by level, within the fair value hierarchy, the Plans assets at fair value as of December 31, 2017 and 2016: Assets at Fair Value at December 31, 2017 Level Level Level Total Precious Metals $ - $ 73,225 $ - $ 73,225 Assets at Fair Value at December 31 2016 Level Level Level Total Precious Metals $ - $ 64,432 $ - $ 64,432 The Company had no Level 1 or Level 3 Assets for the years ended December 31, 2017 and 2016. 5 Note Receivable -Affiliate During the year ended December 31, 2017, the Company advanced funds to a limited liability company with common ownership. The balance of this note, at December 31, 2017, was $725,615. The note is due in monthly installments of $11,105, including interest at a rate of 5%, with a balloon payment of $92,227 due September 1, 2023, and is secured by the assets of the limited liability company. The Note Receivable - Affiliate matures as follows: For the Years Endin December 31, 2018 $ 99,230 December 31, 2019 104,306 December 31, 2020 109,643 December 31, 2021 115,252 December 31, 2022 121,149 Thereafter 176,035 $ 725,615 6 401(k) Plan The Company has a 401(k) Plan for the benefit of substantially all of its employees. The Company matches 100% of deferred wages up to 3%, and 50% of deferred wages up to 5% of eligible compensation. 7 Line of Credit The Company has a line of credit for $1,500,000. The line of credit is secured by Company assets, carries a variable interest rate equal to the prime rate plus 0.7% (adjusted for a minimum of 4.3%), and matures July 15, 2018. The line is guaranteed by the Company's stockholder. There was no balance due on this line at December 31, 2017 and 2016. 10 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31, 2017 8 Long -Term Debt Long-term debt was as follows: 2017 2016 Notes Payable - Equipment Finance Company - Due in monthly payments totaling $13,216, including interest rates ranging from 0% to 5.0%, mature from June, 2018 to July, 2021, and secured by vehicles. $ 255,372 $ 418,285 Note Payable - Bank - Due in monthly payments of $15,633, including interest at a rate of 4.5%, matures September, 2018, and secured by equipment. 122,969 30,559 Notes Payable - Equipment Finance Company - Due in monthly payments totaling $49,621, including interest rates ranging from 3.8% to 4.2%, mature from September, 2020 to October, 2022, and secured by vehicles and equipment. 1,996,920 Notes Payable - Equipment Finance Company - Due in monthly payments totaling $4,216, including interest rates ranging from 0% to 4.4%, mature from April, 2018 to September, 2020, and secured by vehicles. Notes Payable - Bank - Due in monthly payments totaling $15,542, including interest rates ranging from 3.62% to 3.95%, mature from May, 2019 to December, 2021, and secured by equipment. Note Payable - Equipment Finance Company - Due in monthly payments of $8,194, including interest at a rate of 4.5%, matures February, 2018, and secured by equipment Total Less: Current Portion Total Long -Term Debt Long-term debt matures as follows: For the Years Endina: December 31, 2018 December 31, 2019 December 31, 2020 December 31, 2021 December 31, 2022 11 522,546 257,464 3,211,677 1,200,754 $ 2,010,923 $1,200,754 785,530 694,376 457,551 73,466 $ 3,211,677 2,146,661 113,475 695,466 342,270 3,746,716 1,089,761 $ 2,656,955 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 CONCRETE WORKS OF COLORADO, INC. NOTES TO FINANCIAL STATEMENT (CONTINUED) DECEMBER 31. 2017 9 Rent The Company rents various pieces of construction equipment on a short-term basis. The Company also has a long-term lease for copier equipment. The monthly lease payment is $1,399, and the lease expires November, 2019. Minimum lease payments are as follows: For the Years Ending: December 31, 2018 December 31, 2019 $ 16,789 15,389 $ 32,178 10 Related Party The Company rents equipment storage space at two locations from its stockholder on a month-to-month basis for $6,500 per month. At December 31, 2017, the Company had an Advance to Stockholder of $600,000. This balance included interest of $4,416. and $2,460, respectively. 11 Subsequent Events Subsequent events have been evaluated through March 13, 2018, the date the financial statement was available to be issued. 12 Working Capital and Current Ratios The Company's working capital and current ratios were as follows: Working Capital Current Ratios 12 2017 $ 3,586,271 1.53 2016 $4,054,746 2.26 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 COLORADO Dt,,parhvient of `F'rabsport4idn ivvnztrv:.liasb Cu tnar_Es �reUE�.ta?iaatkere .,2011 E, i Pmas Aveflur- 544te 4CO D,nver, CO 80222 NOTIFICATION OF PREQUALIFICATION April 17, 2018 Concrete Works of Colorado, Inc. 1260 Rock Creek Circle Lafayette, CO 80026 Limit Amount: Unlimited Vendor ID:065A Reference is made to your application for registration as a qualified bidder on Colorado Highway work, dated April 13, 2018. Your file has been reviewed and detennined to be complete. Based on the financial information and experience contained in your application, your firm is allowed to submit bids up to an unlimited amount. Bids from a general contractor will be received subject to any limitation stated above, and with due consideration to the amount of work presently under contract, past perfonnance on highway contracts, and the contractor's financial status at the time of bidding. It is further understood that the bidder has available the staff and equipment adequate for any project on which a bid is submitted; that the contractor's staff and equipment will be available to undertake the work on which bids are currently made, promptly after award of contract; and that the work will be carried on expeditiously and under proper supervision. This notice supersedes all previous notices. This prequalification will expire on April 30, 2019. You must file a new application 17 days prior to that time to remain current. It is the contractor's sole responsibility to obtain and file the necessary forms each year prior to expiration. Renewals can now be made online at https:Hcdot.dbesystem.com. Regards, Darrell Wells Contract Administrator III DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1 E9999 1307 Issued for Bid Division 2-32 Jviation, Inc. July 9, 2018 AIP No. 3-08-0020-057-2017 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 z 0 a 5 0 0 0 0 U 0 0 U) `0 a� m U C O U Q M M Lq LO co O M Q DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 z 0 a I O O 00 O O O U') O O O O O O O O O O O O O O O O O O O O O O O O O O O CD cq m m O O (p d_ O N c'7 O O V U O ('7 O O O co N O O U') co Cli O LO LQ F" CD N m O O n co M O O (O co V (LD ea w t,e r.� e� ee r� cc re ca c� as ee c� ea � w O O O CO O cl LO O O O O O O O O O (O ch O O O O O O O O O O LO p O Lq CD t1) c,.j N m �rj V O m N C2 N 00 (h _ O c a O Ln O mw cn co to x kx wa z z a N - 0 _ 0 0 0 Zn 0 0 0 0 0 0 0 0 0 0 0 0 Q ❑ U) � z h 6 6 y V 4 > h = h y ~ fU U V L > V F X U LL LL W 0 ❑ X ZIn X K Q LU 0� ❑ (n } W z W Z } ❑ Z 7LU 0 ❑ W Z W W LL W = Z>> W Z K ~ O 1 N W Z O S Z r Z Z J W W = W X lL F O.. O.. O.... ~. U O 0.w O PYX O C= O Ci L, O CW O C0 O Q O Q� .. O= C� X O' N CLL' O O.LL O O O O C .. G "N CS C F GN C W 7N CUS LLJ aN F uCCF 7 C LL CW 7N CLL aW C W 7N C W aN C= 7LL uCC ILL 7 v d v N 'O v N N N N N C c1 N h y3 N h cG1 N N N N h N N N d N C Q C E O u �a z G a X N N a o U x v v ro E o o U c_ V a o o u E c E E u E v u v CU uo C 2 u C� c 00 �� c P. C F- n y :'• 1 F1 U 1 C ai C U V" w O c. C2 F c. O O C O ^ E N v a C. F1 C. G I DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 Z 0 Q 1 00 O M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 C) L6 o 0 0 0 O 0 0 Co 0 O 0 0 0 0 O CD O 0 O cc o VO O Lf7 cc (V c" (D In L(7 _ LL a 00 CV In O O F„ C6 is ma w w M t� V N ea V - •- u O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 c, CD cl O O O co O 0 O O (6 M t` LO Co V ch (`i O co Ln O O to O O 0 Ln C co Ln V (h bR ba to t� 64 IR � tR 9 � n Ua ¢ w a �T a (:. a ¢ w c a ¢ w a ¢ w u a e w ¢ w ¢ w ¢ w V ¢ ¢ w :Dw o 0 0 0 0 0 0 0 0 0 0 0 0 o m un wa w ❑ x n x w w w ❑ z ❑ _ y h } r y CQ H •a= ❑ v a v x H N v v LU F x v v v Lu v ❑❑ v v G v ❑ LL w LL z F z v w Ir w w ❑ X w 0 7 w 0 z U) =O K H H ui ❑ z z Q z D Ox w n O z w ❑ z ❑ z } p z (n } r x S z w w = U p x 0 O H Z a w w W z >, H x _ w z _ x 2 (9 x x x - � x z w > w } LL tr 7 O LL F� Y z _ _ (� - ~ w > H fY w w Lr x x W > - z c z z 0 to 0 o 0 N o w e o c N o LL 0 0 x� 0 w 0 LL o ❑ L`�o F 0 LL 0 c� GN u a� CN u a. C u a C� u ap t W u ap CW a C(Y a0 'G� LLJ u e,0 'G� u LO CW u c0 '�W u �, 'C d' cp 'Cw .aN u a.0 CW o.p CT c Ca' u a0 CW G G L aN 7N aN 7N GN N aN 7N 'N =N 7N °N 7N b S 'O L •D '�.. 'O � b L.. 'OCC u V '� 'O '� V i 'O 'ice 'J '6 u 'O u 'O '� bC u 'D 'J b 5 C � '. C n h h A .. C C C 'o a C ? 7 vi o C, c bv�o 5 v Q 0 c o 6i V V U U .. F. v o F = = 1. LL P- a d ¢ U I N , C N .J .G - _c v' .J u L-' F` .•-J .G- 0 (n V C C C C C C C A C C! C C C C O C G C z 0 0 0 o c c c o n � P o c Q Q Q Q Q Q Q Q Q Q Q Q Q Q F F 00 O M «S)nEnvelope ID: Gyyc $R$4+$9cR$A39E DEmm m 2 0 � � � � � / \ CD / r - LQ \ )Ui cri £ y ) \ Ili ° (Q \ \ m w CD C. CD � ° CD 0 ( G \ 2 } ~ )� \ 5 z LU o \ \ 0 0 0 .� . }W jOf H :1 jE }N /� \ .# a \ § , \ \ \ E \ . - - it _14 \// / / \ CD / r - LQ \ )Ui cri £ y C") DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 -DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 JVIATION July 12, 2018 To: Plan Holders for Improvements to the Eagle County Regional Airport Gypsum, Colorado AIP Project No. 3-08-0020-057-2017 Transmitted herewith is Addendum No. 1 to the Contract Documents, Plans, and Specifications dated July 9, 2018 for Improvements to the Eagle County Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-057-2017. SCHEDULE I: North General Aviation Apron Reconstruction Sincerely, Jviation, Inc. 09 .EIC .OSP; ... 44294 Y -7,0 -it Matt Gilbreath, P.E. 'o;�ay, a Project Manager �_........... DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 JVIATION 8 July 23, 2018 To: Plan Holders for Improvements to the Eagle County Regional Airport Gypsum, Colorado AIP Project No. 3-08-0020-057-2017 Transmitted herewith is Addendum No. 2 to the Contract Documents, Plans, and Specifications dated July 9, 2018 for Improvements to the Eagle County Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-057-2017. SCHEDULE I: North General Aviation Apron Reconstruction Sincerely, Jviation, Inc. Matt Gilbreath, P.E. Project Manager DocuSign Envelope ID: 422728C0-6F08-4659-9CF4-8A39EE1E9999 / A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/03/2018 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(ies) must have ADDITIONAL INSURED provisions or 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 CONTACT Heather Lee NAME: Flood and Peterson /CO. No : (720) 977-7113 �CONN0 Ext): (720) 977-6016 FA E-MAIL HLee@FloodPeterson.com ADDRESS: PO Box 578 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Charter Oak Fire Insurance Company 25615 Greeley CO 80632 INSURED INSURER B: Travelers Property Casualty Company of America 25674 INSURER C : Pinnacol Assurance 41190 Concrete Works Of Colorado, Inc. INSURER D: Indian Harbor Insurance Company 36940 1260 Rock Creek Circle INSURER E: INSURER F Lafayette CO 80026 COVERAGES CERTIFICATE NUMBER: CL18103125952 REVISION NUMBER: 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 LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR PREM SES Ea oNcE ante $ 300,000 MED EXP (Any one person) $ 5,000 X PD Ded. $5,000 PERSONAL&ADV INJURY $ 1,000,000 A Y DTC0325D5832COF18 11/01/2018 11/01/2019 LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO ❑ LOC JECT: MOTHER PRODUCTS-COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident BODILY INJURY (Per person) $ X ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS Y DT810325D5832COF18 11/01/2018 11/01/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident X HIRED�/ NON -OWNED AUTOS ONLY /� AUTOS ONLY X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 B EXCESS LABCLAIMS-MADE Y CUP91­14567391826 11/01/2018 11/01/2019 DED I X1 RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N /A 4062790 11/01/2018 11/01/2019 �/ /� STATUTE ETH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 Professional/Pollution D PECO048615 11/01/2018 11/01/2019 $5,000,000 Limit $10,000 Ded. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Eagle County Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-59-2018, is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. 30 Day Notice of Cancellation per written contract. CERTIFICATE HOLDER CANCELLATION @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Eagle County, Colorado ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 850;500 Broadway AUTHORIZED REPRESENTATIVE Eagle CO 81631-0000 (/} ¢nu 7xf4&w� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD