Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC05-314 Jeppesen Dataplan_change order 1
310/ -
CHANGE ORDER NUMBER-L
---------------------------------------------------
--------------------------------------------------
CONTRACTOR Jeppesen Dataplan, Inc.
Contract for Provision of Procurement and Installation Services for Eagle County
Airport Flight Procedures Design
Contract Date October 26, 2004
--------------------------------------------------
--------------------------------------------------
TO: Jeppesen Dataplan, Inc.
You are directed to make the changes noted below in the Subject Contract. Appropriations to
cover the costs of additional work have been made.
TY BOARD OF COUNTY COMMISSIONERS
By: .-
DATE: ~\(:,'::'e,~,,~Q... \ , -;:)()..;~J
, ,
--------------------------------------------------
~-------------------------------------------------
Nature of Changes: A total of four (4) redesign efforts of Flight Procedures based on requested
modifications by the Federal Aviation Administration (FAA), as described in the letter dated
October 12, 2005, attached as Exhibit "A",
--------------------------------------------------
--------------------------------------------------
These changes result in the following adjustment of Contract Price and Contract Time:
Contract Price Prior to this Change Order $ 62,500.00
Net Increase Resulting from this Change Order $ 38,000.00
Current Contract Price Including this Change Order $100,500.00
--------------------------------------------------
--------------------------------------------------
Contract Time Prior to this Change Order December 31, 2004
Net Increase Resulting from this Change Order 365 Days
Current Contract Time Including this Change Order December 31, 2005
Change Order No, -L
Page 2
--------------------------------------------------
--------------------------------------------------
The above changes are recommended:
~LL
Helen Migchelbrink
County Engineer
Date: /fJ/;"!05
I I
--------------------------------------------------
--------------------------------------------------
The above changes are accepted: Jeppesen Dataplan, Inc.
By:
Title:
Date:
JEPPESEN$)
October 12, 2005
Mr. Phillip Bowman
County of Eagle, Colorado
Eagle County Engineering
P,O, Box 850
Eagle, CO 81631
Mr. Bowman:
This letter is in reference to the Flight Procedures Development project being
conducted by Jeppesen on behalf of the County of Eagle, Colorado, at Eagle
County Airport (KEG E) in cooperation with the County's Director of Facilities
Management and the Federal Aviation Administration's Regional Flight Standards
Office. In August of 2004, Jeppesen began providing the services described in the
"Scope of Services" later appended to a firm fixed fee agreement between the
County and Jeppesen dated October 24, 2004, Jeppesen began providing these
services in advance of the actual contract signature in good faith with the
understanding the agreement would be finalized and signed as soon as practicable.
With this letter, Jeppesen intends to describe, as requested by the County, the past
and ongoing expansion of the activities provided for in the original Scope of
Services, and to request consideration by the County Board of Commissioners of
compensation for Jeppesen's work required by said expansion. The original Scope
of Services provided for the development and coordination of three new Instrument
Approach Procedures in conjunction with the procurement and installation of a new
Instrument Landing System (ILS) navigational aid at KEGE, at a price of $20,833
per design; a ILS or Localizer (LOC)--Distance Measuring Equipment (DME) R25
Special Instrument Approach Procedure (Special lAP), a Localizer-Type Directional
Aid (LOA) R25 Public Instrument Approach Procedure (lAP), and a LOC/Flight
Management System (FMS) R25 Special Instrument Approach Procedure, Prior to
beginning this project, Jeppesen conducted on behalf of the County a study of the
feasibility of these procedures, concluded and reported in May of 2004, In order to
complete the project successfully, and in response to requests from stakeholders
(airlines, FAA, etc.) and equipment problems outside of the control of Jeppesen,
Jeppesen has actually conducted the development of seven independent procedure
designs, while only three were provided for in the Scope of Services,
Timeline & Steps
8/30/2004 - 2/1/2005: Jeppesen began the development of the three procedures in
August of 2004. The County's Director of Facilities Management deferred to the
EXHIBIT
t
I
FAA's Regional All-Weather Operations Manager, John Chapman, for direction of
the parameters to be followed by Jeppesen in the design of the new procedures,
The Director also directed Jeppesen to utilize William E. Payne and Associates as a
liaison to the County to communicate project issues, As the development project
proceeded, Mr. Chapman actively dictated, through consultation with the FAA's Air
Traffic Division, as well as with the commercial Airlines who would be using the
resulting procedures, the way the procedures would be constructed,
2/1/2005 - 6/15/2005: Upon completion of the first design of the LOC/FMS R25
(Design #1), Mr. Chapman made the decision to halt production on this procedure
and concentrate on the two ILS procedures, After multiple revisions of the designs
in response to changes in strategy by Mr, Chapman, Jeppesen completed the ILS
procedure packages, and hand-carried and presented them to the FAA's Aviation
Systems Standards (A VN) Quality Control Division in Oklahoma City QC (OKC).
Jeppesen then modified the procedures in response to requests from AVN and the
FAA's Flight Standards Division (AFS-420) to make final adjustments and prepare
necessary waivers to design standards (Designs #2 & #3), The procedures were
then released by A VN and AFS-420 for Airborne Flight Inspection and publication.
6/16/2005 - 6/17/2005: The procedures were rejected by the Airborne Flight
Inspection team because of navigational aid limitations - the Kremmling VOR did not
provide adequate coverage at the Intermediate approach fix as originally conceived
by the FAA.
6/18/2005 - 7/2005: Jeppesen was directed by Mr, Chapman to rebuild both
procedures utilizing a completely new ground track (Designs #4 & #5), and to re-
submit them to A VN QC/AFS-420, Jeppesen did so, and simultaneously contacted
William E. Payne and Associates to indicate that these rebuilds would require
Jeppesen to exceed the original Scope of Services, and would place cost burden
upon Jeppesen that exceeded what was provided for in the Scope, Mr. Payne
indicated in July that the original Director of Facilities Management at the County
was no longer in office, and that he would direct our request to the appropriate party,
Jeppesen proceeded with the rebuilds on good faith with the understanding that the
County would consider our request for compensation.
7/2005 - 9/2005: The procedures were flight inspected again and failed due to bad
connections on the localizer hardware equipment. After it was checked again they
passed. Mr. Chapman then directed Jeppesen to begin rebuilding the LOC/FMS
R25 that had been generally completed in February of 2005, and to mimic as closely
as possible the redesigned Initial to Final segments of the ILS R25 procedures. He
wanted the missed approach segment to mimic the Cottonwood Departure with the
exception of the turn out at 10,000' (Design #6), Jeppesen continued to attempt to
liaise through William E. Payne and Associates to request expansion of the Scope
of Services by the County throughout this time period.
JEPPESEN"
10/2005 to present: After Jeppesen's first rebuild of the LOC/FMS R25 approach,
the airlines and the FAA's Air Traffic division determined that they now want both of
the missed approach structures to appear on the LOC/FMS R25 (Design #7).
Jeppesen is currently completing this final redesign, and will submit the procedure
for review, flight inspection, and publication upon completion. Jeppesen has
determined to proceed with this final phase of development on good faith that the
County will consider our request for compensation,
At the present time, Jeppesen must determine whether to continue to devote its
valuable resources to the completion of this final procedure, as more partial
changes are possible from stakeholders prior to acceptance and publication,
Jeppesen hereby requests compensation for this work at a price-per-design
substantially discounted from the original Scope of Services pricing, Jeppesen
respectfully requests remuneration of $9,500 per design for the four re-designs, for
a total of $38,000 in compensation at a firm fixed fee,
Jeppesen very much appreciates the County's Board of Commissioners
consideration of this request, and looks forward to bringing a successful conclusion
to this project. We are confident that the final outcome will provide a very valuable
solution to all stakeholders, including the airline users, the airport, and the National
Airspace System. Jeppesen is proud of its association with the County, and looks
forward to a continued relationship.
Sincerely,
Kristopher Jones
Business Development Executive
Jeppesen - Government & Military Services
Phone: (678) 924-8022
Fax: (678) 924-8006
E-Mail: Kris,Jones@Jeppesen.com
5155 Clipper Drive
Atlanta, GA 30349
JEPPESENr;