Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
25.08.01 SCA JARCCO Construction LLC
CA-1 CONSTRUCTION AGREEMENT THIS CONSTRUCTION AGREEMENT (“Agreement”) is entered into this 1 day of July, 2025 by and between: The Town of Avon, Colorado (hereinafter referred to as “OWNER”) and JARCCO Construction LLC (hereinafter referred to as “CONTRACTOR”). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents (defined below). The Work is generally described as follows: The project will construct landscaped medians on US6 Highway from W. Beavercreek Blvd to Post Blvd and install a traffic signal on US6 at Stonebridge Drive. The landscaped medians and traffic signal will traffic-calm the corridor and enable the improvements at the River Edge, Eaglebend, Stonebridge, and Mountain Stream bus stops. Actuated Rectangular Rapid-Flashing Beacons will be installed at the Eaglebend and Mountain Stream bus stop crossings to enhance the visibility of the crosswalks. Pedestrian refuge islands and overhead lighting will be installed to provide additional safety measures. Article 2. THE PROJECT 2.01 The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: US 6 AVON MOBILITY IMPROVEMENTS (hereinafter referred to as the “Project”). Article 3. ENGINEER 3.01 The Town of Avon, Colorado, Town Engineer or Senior Engineer shall serve as construction management engineer (hereinafter referred to as “ENGINEER”) and who is to act as OWNER’S Representative, will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER and OWNER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 4. CONTRACTOR’S REPRESENTATIVES 4.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: CA-2 A. CONTRACTOR has familiarized himself with the nature and extent of the contract documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations in any manner may affect the cost, progress, or performance of the Work. B. CONTRACTOR has carefully studied all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting the cost, progress, or performance of the Work which were relied upon by ENGINEER in the preparation of the Contract Documents, and which have been identified in the Special Conditions. C. CONTRACTOR has made or caused to be made examinations, investigations, tests, and studies of such reports and related data in addition to those referred to in paragraph 4.01(B) above, as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are or will be required by CONTRACTOR for such purposes. D. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. E. CONTRACTOR has given ENGINEER any conflicts, errors or discrepancies that he has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 5. CONTRACT TIME 5.01 Time is of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 5.02 Days to Achieve Substantial Completion and Final Payment A. CONTRACTOR shall achieve Substantial Completion within 160 working days of the issuance by the OWNER of a Notice to Proceed and shall finally complete the Work so that it is ready for final payment within 160 working days of the issuance by the OWNER of a Notice to Proceed. 5.03 Liquidated Damages A. Should the CONTRACTOR fail to complete the Work, or any part thereof, in the time stipulated in the Agreement or within such extra time as may have been allowed for delays by extensions granted as provided in the Contract Documents, the CONTRACTOR shall reimburse the OWNER for the additional expenses and damage CA-3 for each calendar day, Sundays and holidays excluded, that the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage, incurred by reason of failure to complete the Work, is $4,500.00 per day. The said amounts are hereby agreed upon as liquidated damages for the loss to the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain. B. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the CONTRACTOR; and the OWNER is authorized to deduct the amount of such damages from any monies due the CONTRACTOR for Work performed or material furnished under this Agreement and the CONTRACTOR and his Sureties shall be liable for any excess C. In the event that this section conflicts with any other provision regarding liquidated damages within the Contract Documents, this section shall control. Article 6. CONTRACT PRICE 6.01 OWNER shall pay CONTRACTOR $4,083,945.92 (Four Million eighty three thousand nine hundred forty five dollars and ninety two cents) for completion of the Work as full compensation for everything furnished and done by CONTRACTOR under this Agreement, including all loss or damage arising out of the work or from the action of the elements; for any unforeseen obstruction or difficulty encountered in the prosecution of the work, including increased prices for or shortages of materials for any reason, including natural disasters; for all risks of every description associated with the work; for all expenses incurred due to the suspension or discontinuation of the work; and for well and faithfully completing the work as provided in this Agreement. Article 7. PAYMENT PROCEDURES 7.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment to the OWNER on a monthly basis, which shall be processed by the ENGINEER. 7.02 Progress Payments; Retainage A. OWNER shall make progress payments towards the Contract Price, less five percent (5%) for retainage, on the basis of CONTRACTOR’S Applications for Payment, as verified and recommended by ENGINEER, on or about the twenty-fifth (25th) day of each month during performance of the Work. In the ENGINEER’S discretion, the OWNER may withhold some or all of a progress payment where the CONTRACTOR’S Application for Payment does not reflect the actual amount of the Work completed. 7.03 Final Payment CA-4 A. Upon final completion and acceptance of the Work as recommended by the ENGINEER, OWNER shall pay the remainder of the Contract Price, including any retainage previously withheld. Article 8. PROJECT WARRANTIES 8.01 CONTRACTOR’S warranties in respect of the Work (the “Project Warranties”) are as follows: all Project Warranties shall be in accordance with the 2023 CDOT Standards for Road and Bridge Construction and the Project Specifications. Article 9. INSURANCE 9.01 Insurance Requirements A. CONTRACTOR shall not commence work under this Agreement until CONTRACTOR has obtained all insurance required under Article 5 of the General Conditions and the insurance has been approved by the Town Manager or his designee. The Town of Avon shall be named as an additional insured. Certificates of insurance shall be issued prior to execution of the Notice to Proceed. Additionally, CONTRACTOR shall not allow any approved subcontractor to commence work on his or her subcontract until all similar insurance required of subcontractor has been so obtained and approved. Article 10. CONTRACTOR’S REPRESENTATIONS 10.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined, carefully studied, and familiarized himself with the nature and extent of the Contract Documents and the other related data identified in the Bidding Documents as well as work, locality, and all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect the cost, progress, or performance of the works. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the work in addition to carefully studying all reports of investigations and tests of subsurface and latent physical conditions at the site, or otherwise, affecting the cost, progress, or performance of the Work which were relied upon by the ENGINEER in the preparation of the Contract Documents and which have been identified in the Special Conditions. C. CONTRACTOR has obtained and carefully studied (or assumes responsibility for CA-5 having done so) any examinations, investigations, explorations, tests, studies, and data concerning conditions at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. D. CONTRACTOR does not believe that any further examinations, investigations, explorations, tests, studies, or data are necessary or will be required by CONTRACTOR for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. E. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. F. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. G. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. H. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. I. CONTRACTOR warrants & guarantees to OWNER and ENGINEER that all Work will be in accordance with the Contract Documents. J. CONTRACTOR is organized, validly existing and in good standing under the laws of the State of Colorado and has all requisite power to own its properties and assets and carry on its business as now conducted or proposed to be conducted. Article 11. CONTRACT DOCUMENTS 11.01 Contents A. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR are attached to this Agreement, are incorporated by reference as if fully set forth herein, and consist of the following: 1. Advertisement for Bid (Posted to Bidnetdirect.com) CA-6 2. Instruction to Bidders (Project Special Provisions pages: 5-6) 3. Performance and other Bonds identified as exhibits A & B and consisting of 5 pages. 4. Notice of Award (page NA-1 to NA-2) 5. Construction Agreement (pages CA-1 to CA-9) 6. Notice to Proceed (page NP-1) 7. General Conditions (pages GC-1 to GC-45, inclusive) 8. Special Conditions (pages SC-1 to SC-12, inclusive) 9. Plans and specifications: 1. 24776 AVON US6 MOBILITY – Plans – Award – Certified. Dated 6/4/2025 2. 24776_Avon US 6 Mobility_Ad_Specifications - Award – Certified. Dated 6/4/2025 3. 24776 AVON US6 MOBILITY-FINAL_BID-CROSS_SECTIONS, Stolfus & Assoc. Dated 03/07/2025 4. 24776 - Avon - US6 Mobility - Final_Bid – SUE. Dated 2/247/2023 5. 24776 - Avon - US6 Mobility - Final_Bid - Drainage Report. Dated February 2025 6. 2023 CDOT STANDARDS SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION 10. Addenda numbers to 1-6, inclusive 11. Contractor’s Bid (pages BF-1 to BF-5, inclusive) marked Exhibit C 12. Documentation submitted by CONTRACTOR prior to Notice of Award (pages 2 inclusive) B. Any written Amendments, Modifications, or Work Change Orders which may be delivered or issued on or after the Effective Date of the Agreement that are not attached hereto. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be altered, amended, modified, supplemented, or repealed by written agreement signed by both parties. Article 12. PERFORMANCE BOND 12.01 To secure performance of CONTRACTOR’S obligations under this Agreement, the CONTRACTOR shall provide the OWNER with a Performance Bond in the amount as specified in the 2023 CDOT Standard Specifications for Road and Bridge Construction. Prior to execution of this Agreement, the CONTRACTOR shall provide the form of the Performance Bond to the Town for its review and approval. The Town shall be authorized to draw upon the Performance Bond to correct any default by Builder under this Agreement, which default shall be determined and substantiated by an Affidavit of Default CA-7 signed by the ENGINEER. The Performance Bond shall be held by the Town through the two (2) year Project Warranties period specified in this Agreement. Article 13. MISCELLANEOUS 13.01 Terms Used in this Agreement A. The terms used in this Agreement, which are defined in Article 1 of the General Conditions, shall have the meanings set forth therein. 13.02 Indemnification A. The CONTRACTOR agrees to indemnify, save, and hold harmless the OWNER, its officers, employees, and agents from any and all liability, loss, costs, charges, obligations, expenses, attorney’s fees, litigation, judgments, damages, claims, and demands of any kind arising from or out of any negligent act, error, omission or other tortious conduct of the CONTRACTOR, its officers, subcontractors, employees, or agents in the performance or non-performance of its obligations under this Agreement. 13.03 Assignment of Contract A. No assignment by a party hereto of any rights under, or interests in, the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 13.04 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 13.05 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable by any court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 13.06 Independent Contractor CA-8 A. The CONTRACTOR shall perform the Services as an independent contractor and shall not be deemed by virtue of this Agreement to have entered into any partnership, joint venture, employer/employee relationship with the OWNER other than as a contracting party and independent contractor/the OWNER shall not be obligated to secure, and shall not provide, any insurance coverage or employment benefits of any kind or type to or for the CONTRACTOR or the CONTRACTOR’s employees, sub-consultants, contractors, agents, or representatives, including coverage benefits related but not limited to: local, state, or federal income or other tax contributions; insurance contributions (e.g., FICA); workers' compensation; disability, injury, or health; professional liability insurance, errors, and omissions insurance; or retirement account contributions. 13.07 No Waiver of Governmental Immunity A. Nothing herein is intended as nor shall it be construed as a waiver of the protections and immunities afforded the OWNER pursuant to the Colorado Governmental Immunity Act, Sections 24-10-101, et seq., Colorado Revised Statutes, or pursuant to any other applicable laws. 13.08 Governing Law, Venue, and Enforcement A. This Agreement shall be governed by and interpreted according to the law of the state of Colorado. Venue for any action arising under this Agreement shall be in the appropriate Court in Eagle County, Colorado. The Parties hereby waive any and all right either may have to request a jury trial in any civil action relating primarily to the enforcement of this Agreement in order to reduce the cost of dispute resolution and to expedite the resolution of disputes under this Agreement. The parties agree that the rule providing ambiguities in a contract are to be construed against the drafting party shall not apply to the interpretation of this Agreement. If there is any conflict between the language of this Agreement and any exhibit or attachment, the language of this Agreement shall govern. 13.09 Other Provisions A. Pursuant to Section 24-91-103.6, C.R.S., the OWNER hereby states that it has appropriated an amount equal to or in excess of the Contract amount. OWNER shall not issue a Change Order, or other form of order or directive requiring additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract unless CONTRACTOR is given written assurance by the public entity that lawful appropriations to cover the costs of the additional work have been made. CA-9 IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on July 1, 2025 OWNER, TOWN OF AVON By: ________________________________ Printed Name: Tamra Underwood Title: Mayor APPROVED AS TO FORM By: Nina P. Williams, Town Attorney ADDRESS FOR GIVING NOTICES: Town of Avon Attn: Town Attorney PO Box 975 Avon, CO 81620 CONTRACTOR, JARCCO CONSTRUCTION LLC By: _________________________________ Printed Name: Alonso Renteria Title: Manager ADDRESS FOR GIVING NOTICES: JARCCO Construction, LLC 6855 S Havana St, Suite 620 Centennial CO, 80112 License No. 017916 Alonso Renteria (Jul 1, 2025 20:03 MDT) Alonso Renteria Nina P. Williams (Jul 1, 2025 21:57 MDT) Tamra N Underwood (Jul 1, 2025 23:34 MDT) EXHIBIT A PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that JARCCO Construction LLC (Name of Contractor) 6855 S Havana St, Ste 620,Centennial, CO 80112 (Address of Contractor) a Colorado Corporation Bond No.54-242881 hereinafter called Principal and (Corporation, Partnership or Individual) United Fire &Casualty Company P.O. Box 73909, Cedar Rapids, IA 52407 (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto: Town of Avon,Colorado P.O. Box 975,Avon,Colorado 81620 Four Million Eighty-Three Thousand in the penal sum of Nine Hundred Forty-Five and 92/100 Dollars ($4,083,945.92 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,successors, and assigns, jointly and severally, firmly by these presents. aTHECONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into certain contract with the Town of Avon,Colorado, dated the day of , 2025, a copy of which is hereto attached and made a part hereof for the construction of: US 6 AVON MOBILITY IMPROVEMENTS NOW,THEREFORE, if the Principal shall well, truly, and faithfully perform its duties, all theundertakings, covenants, terms,conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Town of Avon,Colorado, with or without notice of the Surety and during the two year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and hold harmless the Town of Avon,Colorado, from all costs and damages which they may suffer by reason of failure to do so, and shall reimburse and repay the Town of Avon,Colorado, alloutlay and expensewhich may incur in making good any default, then this obligation shall be void;otherwise toremain in full force and effect. PB-1 PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change,extension of time,alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATION accompanying the same shall in any ways affect its obligation on this BOND, and it does hereby waive notice of any such change,extension of time,alteration, or addition to the terms ofthe contract or to the Work or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the Town of Avon,Colorado, and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may beunsatisfied. PROVIDED, FURTHER, this Performance bond is given pursuant to Section 38-26-101, et seq.,C.R.S. 1973, as amended. IN WITNESS WHEREOF, this instrument is executed in two (2)counterparts, each one of which shall be deemed an original, this the day of (number) 2025. ATTEST: By (Principal Secretary) JARCCO Construction LLC (Principal) By By Alonso Renteria, Manager (Witness as to Principal) 6855 S Havana St, Ste 620,Centennial, CO 80112 (Address) (Address) ATTEST: Surety Secretary"0C1 ✓(Witness as to Surety) 4600 S.Ulster Street, Suite 1200 Denver, CO 80237 (Address) United Fire &Casualty Company Surety By Attorney-in-Fact Philip J.Monasch,Attorney-in-FactMonasch, P.O. Box 73909, Cedar Rapids, IA 52407 (Address) PB-2 Alonso Renteria Digitally signed by Alonso Renteria DN: C=US, E=arenteria@jarcco.com, O=JARCCO Construction LLC, CN=Alonso Renteria Date: 2025.06.17 14:38:50-06'00' Haydee Renteria Digitally signed by Haydee Renteria DN: C=US, E=hrenteria89@gmail.com, O=JARCCO Construction LLC, CN=Haydee Renteria Date: 2025.06.17 14:42:18-06'00' Haydee Renteria Digitally signed by Haydee Renteria DN: C=US, E=hrenteria89@gmail.com, O=JARCCO Construction LLC, CN=Haydee Renteria Date: 2025.06.17 14:42:36-06'00' Haydee Renteria Digitally signed by Haydee Renteria DN: C=US, E=hrenteria89@gmail.com, O=JARCCO Construction LLC, CN=Haydee Renteria Date: 2025.06.17 14:42:56-06'00' Haydee Renteria Digitally signed by Haydee Renteria DN: C=US, E=hrenteria89@gmail.com, O=JARCCO Construction LLC, CN=Haydee Renteria Date: 2025.06.17 14:43:07-06'00' Alonso Renteria Digitally signed by Alonso Renteria DN: C=US, E=arenteria@jarcco.com, O=JARCCO Construction LLC, CN=Alonso Renteria Date: 2025.06.17 14:43:58-06'00' TOWN OF AVON Project # 24776 Project Name Avon US 6 Mobility Improvements Dat 05/06/25 P.E. Project 24776 Length In Feet Length In Miles 10,560 2.00 Type Safety Improvements and Signalized Intersection Pavement:Base: 8" HMA 14" ABC ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 201-00000 CLEARING AND GRUBBING L S 1 $ 16,886 $ 16,886 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS L S 1 $ 11,690 $ 11,690 202-00010 REMOVAL OF TREE EACH 10 $ 3,247 $ 32,470 202-00015 REMOVAL OF HEADWALL EACH 1 $ 3,897 $ 3,897 202-00090 REMOVAL OF DELINEATOR EACH 3 $ 130 $ 390 202-00190 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL SY 121 $ 45 $ 5,445 202-00200 REMOVAL OF SIDEWALK SY 33 $ 45 $ 1,485 202-00203 REMOVAL OF CURB AND GUTTER LF 36 $ 19 $ 684 202-00220 REMOVAL OF ASPHALT MAT SY 3,015 $ 32 $ 96,480 202-00035 REMOVAL OF PIPE LF 34 $ 162 $ 5,508 202-00240 REMOVAL OF ASPHALT MAT (PLANING)SY 3,584 $ 8 $ 28,672 202-00250 REMOVAL OF PAVEMENT MARKING SF 15,660 $ 2 $ 31,320 202-00700 REMOVAL OF LIGHT STANDARD EACH 1 $ 3,887 $ 3,887 202-00810 REMOVAL OF GROUND SIGN EACH 3 $ 195 $ 585 202-04002 CLEAN CULVERT EACH 4 $ 4,546 $ 18,184 203-00000 UNCLASSIFIED EXCAVATION CY 461 $ 84 $ 38,724 203-01500 BLADING HOUR 40 $ 390 $ 15,600 203-01550 DOZING HOUR 40 $ 403 $ 16,120 203-01594 COMBINATION LOADER HOUR 40 $ 364 $ 14,560 203-01597 POTHOLING HOUR 40 $ 635 $ 25,400 208-00002 EROSION LOG TYPE 1 (12 INCH)LF 500 $ 8 $ 4,000 208-00046 PRE-FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1)EACH 2 $ 1,299 $ 2,598 208-00053 STORM DRAIN INLET PROTECTION (TYPE I) (84 INCH)EACH 2 $ 308 $ 616 208-00056 STORM DRAIN INLET PROTECTION (TYPE III)EACH 9 $ 321 $ 2,889 208-00057 STORM DRAIN INLET PROTECTION (TYPE I) (144 INCH)EACH 4 $ 397 $ 1,588 208-00075 PRE-FABRICATED VEHICLE TRACKING PAD EACH 2 $ 1,299 $ 2,598 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR)HOUR 60 $ 91 $ 5,460 208-00106 SWEEPING (SEDIMENT REMOVAL)HOUR 60 $ 188 $ 11,280 208-00107 REMOVAL OF TRASH HOUR 30 $ 91 $ 2,730 208-00207 EROSION CONTROL MANAGEMENT DAY 30 $ 714 $ 21,420 210-00050 RESET FIRE HYDRANT EACH 1 $ 15,587 $ 15,587 210-00810 RESET GROUND SIGN EACH 2 $ 325 $ 650 210-04050 ADJUST VALVE BOX EACH 4 $ 974 $ 3,896 212-00700 ORGANIC FERTILIZER LB 24 $ 7 $ 168 212-00701 COMPOST (MECHANICALLY APPLIED)CY 6 $ 164 $ 984 212-00703 HUMATE LB 16 $ 7 $ 112 212-00704 MYCORRHIZAE LB 1 $ 547 $ 547 212-00705 ELEMENTAL SULFUR LB 5 $ 14 $ 70 212-00708 SEEDING (NATIVE) BROADCAST ACRE 0.08 $ 10,260 $ 821 213-00012 SPRAY-ON MULCH BLANKET ACRE 0.04 $ 21,203 $ 848 216-00201 SOIL RETENTION BLANKET (STRAW-COCONUT) (BIODEGRADABLE SY 180 $ 5 $ 900 212-00900 COMPOST CY 31 $ 150 $ 4,650 213-00008 MULCHING (WOOD CHIP)CF 1,808 $ 10 $ 18,080 214-00350 DECIDUOUS SHRUB (5 GALLON CONTAINER)EACH 272 $ 89 $ 24,208 214-00650 EVERGREEN SHRUB (5 GALLON CONTAINER)EACH 113 $ 116 $ 13,108 214-00910 PERENNIALS (1 GALLON CONTAINER)EACH 303 $ 30 $ 9,090 240-00000 WILDLIFE BIOLOGIST HOUR 20 $ 260 $ 5,200 Avon US 6 Mobility Improvements County of Eagle Roadway Asphalt Prepared by Stolfus & Associates, Inc. Thickness in inches Exhibit C 240-00010 REMOVAL OF NESTS HOUR 20 $ 260 $ 5,200 304-06007 AGGREGATE BASE COURSE (CLASS 6)CY 557 $ 156 $ 86,892 403-00721 HOT MIX ASPHALT (PATCHING) (ASPHALT)SY 691 $ 140 $ 96,740 403-34721 HMA (GR SX) (75) (PG 58-34)TON 723 $ 234 $ 169,182 503-00018 DRILLED SHAFT (18 INCH)LF 5 $ 651 $ 3,255 503-00036 DRILLED SHAFT (36 INCH)LF 57 $ 1,670 $ 95,190 603-00000 CULVERT LINING LF 246 $ 143 $ 35,178 603-01185 18 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE)LF 971 $ 221 $ 214,591 603-01245 24 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE)LF 224 $ 247 $ 55,328 603-05018 18 INCH REINFORCED CONCRETE END SECTION EACH 1 $ 2,598 $ 2,598 604-00305 INLET TYPE C (5 FOOT)EACH 1 $ 10,391 $ 10,391 604-16005 INLET TYPE 16 (5 FOOT)EACH 4 $ 11,041 $ 44,164 604-19105 INLET TYPE R L 5 (5 FOOT)EACH 1 $ 11,690 $ 11,690 604-19205 INLET TYPE R L 10 (5 FOOT)EACH 1 $ 19,484 $ 19,484 604-19210 INLET TYPE R L 10 (10 FOOT)EACH 2 $ 29,875 $ 59,750 604-30005 MANHOLE SLAB BASE (5 FOOT)EACH 3 $ 9,742 $ 29,226 604-30010 MANHOLE SLAB BASE (10 FOOT)EACH 3 $ 10,391 $ 31,173 608-00000 CONCRETE SIDEWALK SY 558 $ 94 $ 52,452 608-00010 CONCRETE CURB RAMP SY 152 $ 140 $ 21,280 609-20010 CURB TYPE 2 (SECTION B)LF 332 $ 44 $ 14,608 609-21010 CURB AND GUTTER TYPE 2 (SECTION I-B)LF 2,206 $ 44 $ 97,064 609-21011 CURB AND GUTTER TYPE 2 (SECTION I-M)LF 2,826 $ 47 $ 132,822 609-21020 CURB AND GUTTER TYPE 2 (SECTION II-B)LF 1,026 $ 45 $ 46,170 609-24004 GUTTER TYPE 2 (4 FOOT)LF 31 $ 47 $ 1,457 610-00020 MEDIAN COVER MATERIAL (PATTERNED CONCRETE)SF 6,020 $ 14 $ 84,280 612-00001 DELINEATOR (TYPE I)EACH 39 $ 110 $ 4,290 612-00002 DELINEATOR (TYPE II)EACH 45 $ 123 $ 5,535 612-00003 DELINEATOR (TYPE III)EACH 3 $ 182 $ 546 613-00200 2 INCH ELECTRICAL CONDUIT LF 140 $ 145 $ 20,300 613-00300 3 INCH ELECTRICAL CONDUIT LF 1,550 $ 160 $ 248,000 613-01100 1 INCH ELECTRICAL CONDUIT (PLASTIC)LF 90 $ 73 $ 6,570 613-01200 2 INCH ELECTRICAL CONDUIT (PLASTIC)LF 250 $ 145 $ 36,250 613-01300 3 INCH ELECTRICAL CONDUIT (PLASTIC)LF 270 $ 145 $ 39,150 613-07001 TYPE ONE PULL BOX EACH 3 $ 2,223 $ 6,669 613-07002 TYPE TWO PULL BOX EACH 6 $ 2,758 $ 16,548 613-07004 TYPE FOUR PULL BOX EACH 3 $ 4,899 $ 14,697 613-07005 TYPE FIVE PULL BOX EACH 2 $ 6,523 $ 13,046 613-10000 WIRING L S 1 $ 56,290 $ 56,290 613-13008 LUMINAIRE (LED) (8,000 LUMENS)EACH 8 $ 1,753 $ 14,024 613-32250 LIGHT STANDARD STEEL (25 FOOT)EACH 6 $ 11,138 $ 66,828 613-40000 CONCRETE FOUNDATION PAD EACH 3 $ 6,539 $ 19,617 613-40010 LIGHT STANDARD FOUNDATION EACH 6 $ 8,052 $ 48,312 613-50100 LIGHTING CONTROL CENTER EACH 3 $ 17,216 $ 51,648 613-50150 SECONDARY SERVICE PEDESTAL EACH 1 $ 17,216 $ 17,216 614-00011 SIGN PANEL (CLASS I)SF 327 $ 61 $ 19,947 614-00012 SIGN PANEL (CLASS II)SF 13 $ 61 $ 793 614-01573 STEEL SIGN SUPPORT (2-1/2 INCH ROUND NP-40)(POST & SLIPBASE)EACH 37 $ 585 $ 21,645 614-70150 PEDESTRIAN SIGNAL FACE (16) (COUNTDOWN)EACH 4 $ 1,174 $ 4,696 614-70200 ACCESSIBLE PEDESTRIAN SIGNAL EACH 4 $ 2,182 $ 8,728 614-70336 TRAFFIC SIGNAL FACE (12-12-12)EACH 8 $ 1,473 $ 11,784 614-70560 TRAFFIC SIGNAL FACE (12-12-12-12-12)EACH 1 $ 1,973 $ 1,973 614-72854 TRAFFIC CONTROLLER CABINET EACH 1 $ 65,430 $ 65,430 614-72860 PEDESTRIAN PUSH BUTTON EACH 2 $ 2,646 $ 5,292 614-72863 PEDESTRIAN PUSH BUTTON POST ASSEMBLY EACH 2 $ 5,359 $ 10,718 614-72895 Vehicle Detection System (Single Camera)EACH 1 $ 42,029 $ 42,029 614-80003 RECTANGULAR RAPID FLASHING BEACON EACH 8 $ 22,441 $ 179,528 614-81125 TRAFFIC SIGNAL-LIGHT POLE STEEL (1-25 FOOT MAST ARM)EACH 1 $ 34,684 $ 34,684 614-81135 TRAFFIC SIGNAL-LIGHT POLE STEEL (1-35 FOOT MAST ARM)EACH 2 $ 36,972 $ 73,944 614-84000 TRAFFIC SIGNAL PEDESTAL POLE STEEL EACH 1 $ 7,032 $ 7,032 615-00050 EMBANKMENT PROTECTOR TYPE 5 EACH 1 $ 5,845 $ 5,845 620-00002 FIELD OFFICE (CLASS 2)EACH 1 $ 20,783 $ 20,783 620-00012 FIELD LABORATORY (CLASS 2)EACH 1 $ 19,484 $ 19,484 620-00020 SANITARY FACILITY EACH 1 $ 4,546 $ 4,546 621-00450 DETOUR PAVEMENT SY 30 $ 164 $ 4,920 622-00096 SHELTER (INSTALL ONLY)EACH 1 $ 11,041 $ 11,041 623-09900 SPRINKLER SYSTEM L S 1 $ 85,497 $ 85,497 625-00000 CONSTRUCTION SURVEYING L S 1 $ 65,593 $ 65,593 626-00000 MOBILIZATION L S 1 $ 139,945 $ 139,945 626-01103 PUBLIC INFORMATION SERVICES (TIER III)L S 1 $ 18,185 $ 18,185 627-00008 MODIFIED EPOXY PAVEMENT MARKING GAL 106 $ 347 $ 36,782 627-00016 PAVEMENT MARKING PAINT (HIGH BUILD) (TEMPORARY)GAL 21 $ 255 $ 5,355 627-30407 PREFORMED THERMOPLASTIC PAVEMENT MARKING (WORD-SF 309 $ 33 $ 10,197 627-30411 PREFORMED THERMOPLASTIC PAVEMENT MARKING (XWALK-STOP SF 538 $ 24 $ 12,912 630-00000 FLAGGING HOUR 3,000 $ 52 $ 156,000 630-00007 TRAFFIC CONTROL INSPECTION DAY 80 $ 325 $ 26,000 630-00012 TRAFFIC CONTROL MANAGEMENT DAY 160 $ 714 $ 114,240 630-80001 FLASHING BEACON (PORTABLE)EACH 20 $ 52 $ 1,040 630-80335 BARRICADE (TYPE 3 M-A) (TEMPORARY)EACH 12 $ 260 $ 3,120 630-80340 PEDESTRIAN BARRICADE (ADA)LF 100 $ 19 $ 1,900 630-80341 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE A)EACH 76 $ 39 $ 2,964 630-80342 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE B)EACH 12 $ 52 $ 624 630-80355 PORTABLE MESSAGE SIGN PANEL EACH 4 $ 3,897 $ 15,588 630-80358 ADVANCE WARNING FLASHING OR SEQUENCING ARROW PANEL (C EACH 4 $ 1,559 $ 6,236 630-80360 DRUM CHANNELIZING DEVICE EACH 300 $ 45 $ 13,500 630-80363 DRUM CHANNELIZING DEVICE (WITH LIGHT) (FLASHING)EACH 40 $ 71 $ 2,840 630-80380 TRAFFIC CONE EACH 200 $ 19 $ 3,800 700-70010 F/A MINOR CONTRACT REVISIONS F A 1 $ 80,000 $ 80,000 700-70016 F/A FUEL COST ADJUSTMENT F A 1 $ 20,000 $ 20,000 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT F A 1 $ 4,000 $ 4,000 700-70082 F/A FURNISH & INSTALL ELECTRICAL SERVICE F A 1 $ 20,000 $ 20,000 700-70260 F/A WATER TAPS F A 1 $ 25,000 $ 25,000 700-70270 F/A WATER LINES F A 1 $ 30,000 $ 30,000 4,083,945.92$ Total Major Items BF-1 Form Approved by Town Attorney - 05/15/2024 TOWN OF AVON US 6 Safety and Mobility Improvements BID FORM PROPOSAL OF , An individual doing business as , A partnership consisting of , A corporation organized and existing under the Laws of the State of Colorado. To: Town of Avon P.O. Box 975 Avon, Colorado 81620 BASE BID Pursuant to the Invitation to Bid and Instructions to Bidders, issued by the Town of Avon, Colorado, furnish all labor and materials required for the US6 Safety and Mobility Improvements project, Town of Avon, Colorado, and appurtenant work as shown on the Drawings and Specifications, to be performed or furnished by Contractor in accordance with the following Bid prices and Bid Schedule Form: 1. Total Base Bid: ____________________________________________________ ______________________________ Dollars and _____cents ($___________________) 2. Total Base Bid + Total Bid Alternates: _________________________________ ______________________________Dollars and _____cents ($___________________) Addenda L-1 L-3 L-5 L-2 L-4 L-6 The Owner will act on this Proposal within forty-five (45) days following receipt. Upon acceptance and award of the Contract to the undersigned by the Owner, the undersigned shall execute the Contract Documents, and furnish Performance and Payment Bonds for the full amount of the Contract within ten (10) calendar days to insure proper compliance with the terms and provisions of the Contract, to guarantee the work until final completion and acceptance including the guarantee period stipulated, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the Contract. JARCCO Construction, LLC Four million eighty-three thousand nine hundred forty-five dollars and ninety-two cents 4,083,945.92 05/20/25 05/22/25 05/23/25 05/23/25 05/29/25 05/30/25 Schedule for 2025 BF-2 Form Approved by Town Attorney - 05/15/2024 Work under this Contract shall commence not later than (TBD) and the undersigned shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed no later than (TBD). The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted correct and final. Signed at , this day of , 2025. Contractor’s License No. 3 pm 30th May JARCCO Construction LLC Alonso Renteria, Manager 017916 Alonso Renteria Digitally signed by Alonso Renteria DN: C=US, E=arenteria@jarcco.com, O=JARCCO Construction LLC, CN=Alonso Renteria Date: 2025.05.30 15:03:48-06'00' 6/27/2025 Town of Avon US 6 Safety and Mobility Improvements Activity Activity / Date 14 21 28 4 11 18 25 1 8 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22 29 1 Phase 1 2 Mobilization X 3 Traffic Control X 4 Survey X 5 Erosion Control BMP's X 6 Potholing X 7 Clearing & Grubbing X X 8 Sawcutting X X 9 Electrical Underground X X 10 Irrigation Underground X X 11 Fire Hydrant Reset X X 12 2028+50 - Tree Removal X X 13 Phase 2 14 2002+14 - Median X X 15 2009+00 - Median X X 16 2009+49 - South Sidewalk X X 17 2010+24 - North Curb Ramp X X 18 2026+24 - Norh Curb Ramp X X 19 2028+28 - North Parking X X 20 2027+21 - Median X X 21 2035+19 - Median X X 22 2037+08 - Median X X 23 2039+73 - Median X X 24 2042+28 - North Curb Ramp X X 25 2041+99 - South Sidewalk X X 26 Phase 3 27 1011+89 - Median Manholes, Inlets & 18" RCP X X 28 1011+24 - Median X X 29 1012+51 - North Sidewalk X X 30 1013+24 - South Manhole, Inlet & 18" RCP X X 31 1012+64 - South Sidewalk X X 32 2015+23 - South Manholes, Inlets & 18" RCP X X X 33 2025+37 - South Manhole, Inlets & 24" RCP X X 34 2020+70 - South Sidewalk X X 35 Phase 4 36 2014+46 - Median X X December July Baseline Schedule August September October November Page 1 of 2 6/27/2025 Town of Avon US 6 Safety and Mobility Improvements Activity Activity / Date 14 21 28 4 11 18 25 1 8 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22 29 December July Baseline Schedule August September October November 37 2020+88 - Median X X 38 Phase 5 39 2001+00 - Landscaping & Irrigation X X X 40 2027+21 - Landscaping & Irrigation X X X 41 2037+08 - Landscaping & Irrigation X X X 42 2039+73 - Landscaping & Irrigation X X X 43 Seeding X 44 Phase 6 45 Signage X X 46 Striping X 47 1012+40 - Lighting X X 48 2010+60 - Lighting X X 49 2042+60 - Lighting X X 50 Demobilization X 51 Phase 7 52 2026+50 - Traffic Signals X X Page 2 of 2 Town of Avon_US6 Avon Mobility Improvements -Construction Agreement Final Audit Report 2025-07-02 Created:2025-07-01 By:Will Kearney (wkearney@avon.org) Status:Signed Transaction ID:CBJCHBCAABAAlmy9C6CMxSckgGVc6j8kBYtQktJgLV4h "Town of Avon_US6 Avon Mobility Improvements-Construction A greement" History Document created by Will Kearney (wkearney@avon.org) 2025-07-01 - 11:05:04 PM GMT Document emailed to arenteria@jarcco.com for signature 2025-07-01 - 11:06:21 PM GMT Email viewed by arenteria@jarcco.com 2025-07-02 - 1:57:41 AM GMT Signer arenteria@jarcco.com entered name at signing as Alonso Renteria 2025-07-02 - 2:03:28 AM GMT Document e-signed by Alonso Renteria (arenteria@jarcco.com) Signature Date: 2025-07-02 - 2:03:30 AM GMT - Time Source: server Document emailed to nina@wwfdlaw.com for signature 2025-07-02 - 2:03:33 AM GMT Email viewed by nina@wwfdlaw.com 2025-07-02 - 3:57:11 AM GMT Signer nina@wwfdlaw.com entered name at signing as Nina P. Williams 2025-07-02 - 3:57:30 AM GMT Document e-signed by Nina P. Williams (nina@wwfdlaw.com) Signature Date: 2025-07-02 - 3:57:32 AM GMT - Time Source: server Document emailed to tunderwood@avon.org for signature 2025-07-02 - 3:57:34 AM GMT Email viewed by tunderwood@avon.org 2025-07-02 - 5:33:50 AM GMT Signer tunderwood@avon.org entered name at signing as Tamra N Underwood 2025-07-02 - 5:34:33 AM GMT Document e-signed by Tamra N Underwood (tunderwood@avon.org) Signature Date: 2025-07-02 - 5:34:35 AM GMT - Time Source: server Agreement completed. 2025-07-02 - 5:34:35 AM GMT INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE ACUITY A Mutual Insurance Company Underwriters at Lloyd's (IL) Certain Underwriters at Lloyds of Londo 6/18/2025 USI Insurance Services, LLC 8000 Norman Center Drive, Suite 400 Minneapolis, MN 55437 Craig Janssen 800 873-8500 craig.janssen@usi.com JARCCO Construction LLC 6855 S Havana St, Ste 620 Centennial, CO 80112 14184 15792 15642N A X X ZJ7337 05/03/2025 05/03/2026 1,000,000 1,000,000 10,000 1,000,000 3,000,000 3,000,000 A X X X ZJ7337 05/03/2025 05/03/2026 1,000,000 1,000,000 1,000,000 A X X ZJ7337 05/03/2025 05/03/2026 1,000,000 1,000,000 A N ZJ7337 05/03/2025 05/03/2026 X 1,000,000 1,000,000 1,000,000 A B C Rented Equipment Professional Crime ZJ7337 ANE555651025 C4LPM135381MLPSME2 05/03/2025 05/23/2025 05/23/2025 05/03/2026 05/23/2026 05/23/2026 $250,000limit $1,000ded 1,000,000 2,000,000 Certificate holder and Colorado Department of Transportation are named as additional insured as it relates to general liability in accordance with the terms and conditions of the policy. Umbrella follows form as it relates to additional insureds. Town of Avon, Colorado P.O. Box 975 Avon, CO 81620 1 of 1 #S49709316/M49673518 JARCCCONClient#: 1896244 DALZP