Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC19-165 Interstate Highway ConstructionAGREEMENT FOR CONSTRUCTION BETWEEN
EAGLE COUNTY, COLORADO
AND
INTERSTATE HIGHWAY CONSTRUCTION, INC.
THIS AGREEMENT (“Agreement”) is effective as of the ________________________, by and
between Interstate Highway Construction, Inc., (hereinafter “Contractor”) and Eagle County,
Colorado, a body corporate and politic (hereinafter “Owner”).
RECITALS
WHEREAS, Owner desires to contract with Contractor for Construct De-Ice Pad; and
WHEREAS, Eagle County solicited an Invitation for Bid for AIP Project No. 3-08-0020-060-2019
dated March 18, 2019 which is incorporated herein by this reference, which complied with federal
guidelines for the Construct De-Ice Pad using state and/or federal grant dollars (the “Solicitation”).
A copy of the Solicitation is attached hereto as Exhibit A and incorporated herein by this reference;
and
WHEREAS, Contractor submitted a proposal on April 10, 2019 (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:
1. 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(s). Extensions of the Contract Time may only be permitted by
written execution of a formal modification to this Agreement as approved by the Owner.
b. This Agreement shall include “Contract Documents” as the same as defined in
Paragraph 10-16, Section 10 of the General Provisions of the Solicitation and consisting
of the Plans, Invitation for Bid, Instruction to Bidders, all issued Addenda, Proposal,
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
5/15/2019
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. Further, liquidated damages described in Division 4, Section 80-08 and
Division 5, Special Provisions Part C, Item 18, also apply to this project.
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 1a 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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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 $14,371,122.89.
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: Jeff Shroll
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8604
Facsimile: 970-328-8899
E-mail: Jeff.Shroll@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:
Interstate Highway Construction, Inc.
7135 S. Tucson Way
Englewood, CO 80112
(303) 790-9100
(303) 790-8524 (fax)
estimating@ihcquality.com
ENGINEER:
Jviation, Inc.
900 S. Broadway
Denver, CO 80209
(303) 524-3030
(303) 524-3031 (fax)
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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
ii. 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.
l. 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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set
forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its BOARD OF COUNTY
COMMISSIONERS
By: ______________________________
Jeanne McQueeney, Chair
Attest:
By: ___________________________
Regina O’Brien, Clerk to the Board
CONTRACTOR:
By:__________________ ______________
Print Name: _________________ ________
Title: ____________________ __________
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
Jim Randall
President
INVITATION FOR BIDS
Eagle County Regional Airport
Gypsum, Colorado
AIP Project No. 3-08-0020-060-2019
Sealed bids, subject to the conditions contained herein, for improvements to the Eagle County
Regional Airport, Gypsum, Colorado, AIP Project No. 3-08-0020-060-2019 will be received by the
Eagle County Regional Airport, Airport Administration Office, Gypsum, Colorado, 81637, until
Wednesday, April 10, 2019, at 11:00 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 - Embankment, Storm Sewer Infrastructure, and Eagle Valley Trail Construction
Schedule II - Construct De-Ice Pad (Position 1), Embankment, and Perimeter Road
Schedule III - Construct De-Ice Pad (Position 2)
Schedule IV - Construct De-Ice Pad (Position 3)
The approximate quantities of major bid items involved in the proposed work are:
P-152 Embankment ...................................................................................................................... 206,000 CY
P-154a Aggregate Subbase Course (6-Inch) .................................................................................... 6,370 CY
P-306a Econocrete (5-inch) .............................................................................................................. 27,730 SY
P-501a Portland Cement Concrete Pavement (14-Inch) ............................................................. 27,690 SY
P-501b Portland Cement Concrete Pavement (6-Inch) ................................................................. 5,605 SY
D-701a Install Glycol Collection System, Including Tanks, Piping and Controls (Complete) ........ 1 LS
D-701d Install 114-Inch Multiplate Culvert ....................................................................................... 360 LF
D-750a Install Trench Drain ................................................................................................................. 800 LF
D-751d Install Storm Structure, Large Box Inlet .................................................................................... 1 LS
Construction for this project is expected to take 265 calendar day(s). Year one construction is expected
to take 155 calendar days and year two construction is expected to take 110 calendar days.
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 March 18, 2019. 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
bidinfo@jviation.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.
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
Pre-Bid Conference. The pre-bid conference for this project will be held on Wednesday, March 27,
2019 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.
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.
The right is reserved, as Eagle County, Colorado may require, 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 USC §§ 2000d to 2000d-4) and the Regulations,
hereby notifies all bidders or offerors 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.
Information Submitted as a matter of bidder responsiveness:
The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good
faith effort requirements of 49 CFR §26.53.
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
As a condition of bid responsiveness, the Bidder or Offeror must submit the following
information with its proposal on the forms provided herein:
(1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will
participate in the contract;
(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; and
(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.
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 2.51% 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.
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.
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
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: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
DocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB
CERTIFICATEOFLIABILITYINSURANCE7/1/2019DATE(MMIDDrfYYY)THISCERTIFICATEISISSUEDASAMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDORALTERTHECOVERAGEAFFORDEDBYTHEPOLICIESBELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUINGINSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,ANDTHECERTIFICATEHOLDER.IMPORTANT:IfthecertificateholderisanADDITIONALINSURED,thepolicy(ies)musthaveADDITIONALINSUREDprovisionsorbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement.Astatementonthiscertificatedoesnotconferrightstothecertificateholderinlieuofsuchendorsement(s).CONTACTPRODUCERLocktonCompaniesNAME:$110E.UnionAvenuePHONEFAX(AIC,No,Exti:(NC,No):Suite700E-MAILADDRESS:DenverCO$0237(303)414-6000INSURER(S)AFFORDINGCOVERAGENAIC#INSuRERA:TheTravelersIndemnityCompany2565$INSURED1040014InterstateHighwayConst..Inc.INSURERB:TravelersPropertyCasualtyCoofAmerica25674P0.Box4356INSURERC:IronshoreSpecialtyInsuranceCo25445EnglewoodCO801552140INSURERD:IINSURERE:IINSURERF:COVERAGESCERTIFICATENUMBER:16066951REVISIONNUMBER:XXXXXXXTHISISTOCERTIFYTHATTHEPOLICIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED.NO7WTHSTANDINGANYREQUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENTWTHRESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN.THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS,EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS.INSRADDL’SUBRIPOLICYEFFIPOLICYEXPLTRTYPEOFINSURANCE‘NSDwvoPOLICYNUMBER.(MM/DDIYYYY)IIMMIDDIYYYYILIMITSAIXCOMMERCIALGENERALLIABILITYYNVTC2K-CO-56438347.7/1/20187/1/2019EACHOCCURRENCE$2,000,000Ir—iOAMAGETORENTEDICLAIMS-MADEOCCURPREMISES(Esoccurrence)$300,000[__MEDEXP(Anyoneperson)$10.000—IPERSONAL&ADVINJURYS2,000,000GENLAGGREGATELIMITAPPLIESPERIGENERALAGGREGATE$4,000,000POLICYCILOCPRODUCTS-COMPIOPAGO$4,000,000OTHER:——$BAUTOMOBILELIABILITYNNVTC2J-CAP-564383597/1/20187/1/2019$2,000,000xANYAUTOBODILYINJURY(Perperson)XXXXXXXAUTOSONLYSCHEDULEDBODILYINJURY(Peraccident)$HIREDNON-OWNEDPROPERTYDAMAGEAUTOSONLYAUTOSONLY(Peraccidenl)$xxxxxxxCXUMBRELLALIABOCCURNNVTSMJ-CUP-9f3372257/1/20187/1/2019EACHOCCURRENCE$20,000,000EXCESSLIABCLAIMS-MADEAGGREGATE$20,000,000—DEDRETENTION$——$XXXXXXXWORKERSCOMPENSATIONPER0TH-AANDEMPLOYERS’LIABILITYYINNVTC2KUB-4745N437/1/20187/1/2019XSTATUTEERANYPROPRIETOR/PARTNER/EXECUTIVEFiEL.EACHACCIDENT$1,000,000OFFICER/MEMBEREXCLUDED?NIA(MandatoryInNH)E.L.DISEASE-EAEMPLOYEE$1,000,000Ifsee,describeunderDESCRIPTIONOFOPERATIONSbeI0w——ELDISEASE-POLICYLIMIT$1,000,000DESCRIPTIONOFOPERATIONS!LOCATIONS!VEHICLES(ACORD101,AdditionalRemarksSchedule,maybeattacheditmorespaceisrequired)RE:IHCJob,ConstructDe-IcePad,EagleCountyRegionalAirport-3289CooleyMesaRoad,Gypsum,CO81631.AlPProject#3-08-0020-060-2019.AdditionalInsured:EagleCounty.Ifthepolicyiscancelledbytheissuingcompanyduringthepolicyterm,forotherthannon-paymentofpremium,30daysnoticewillbeprovidedtothecertificateholdernamedbelow,10daysfornon-paymentofpremium.CERTIFICATEHOLDERCANCELLATIONSeeAttachments16066951EaaleCountySHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFOREDr’sD.QflTHEEXPIRATIONDATETHEREOF,NOTiCEWILLBEDELIVEREDIN.L’.OXACCORDANCEWiTHTHEPOLICYPROVISIONS.Eagle,CO816i1IAUThORIZEDAC€?RLi©1988-205ACORbCORP(5RATION.Allrightsreserved.ACORD25(2016/03)TheACORDnameandlogoareregisteredmarksofACORDDocuSign Envelope ID: B8917A83-4D7C-4D32-97D8-3509C0B90DAB