Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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