No preview available
HomeMy WebLinkAboutC08-171J3 PROJECT NO. EGE AIP 41 Runway AIP PROJECT NO.3-08-0020-41 AMENDMENT NO. ONE (1) TO CONTRACT DATED MAY 27, 2008 BETWEEN J3 AVIATION CONSULTANTS, INC. AND EAGLE COUNTY EAGLE, CO The Sponsor and the Engineer agree to amend their contract for improvements to the Eagle County Regional Airport, Eagle, Colorado to include fees for engineering services. The improvement Item No. 1 is included in the Scope of Work of the original contract. The items covered by this amendment are described as follows: Item No. 1 Construction Administration Phase of an ongoing project which includes crushing and stockpiling aggregates; runway extension paving; runway rehabilitation, runway reconstruction and runway lighting and signage work The Sponsor agrees to pay the Engineer for the services listed under Article II of the original contract in the following manner: PART A -BASIC SERVICES None PART B -SPECIAL SERVICES (ACCEPTANCE TESTING/CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING) The sum for SPECIAL SERVICES engineering is as follows: TOPOGRAPHIC SURVEYS Topographic Surveys ............................................. QUALITY ASSURANCE TESTING Quality Assurance Testing ................................... ... Lump sum of $10,000.00 Lump sum of $290,000.00 Page 1 of 8 CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING The estimated maximum for CONSTRUCTION ADMINISTRATION and FIELD ENGINEERING is: Construction Administration ............................................... Pre-Construction Coordination ........................................... Construction Coordination (based on 235 days) ................. Post Construction ................................................................ Method of payment shall be as follows: ......Lump sum of $80,644.00 ......Lump sum of $13,125.50 .Lump sum of $1,195,623.50 ......Lump sum of $46,669.50 For services rendered under PART B -SPECIAL SERVICES, the Sponsor agrees to make monthly payments based upon the work performed by the Engineer less 10 percent. The final 10 percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "Record Drawings" have been submitted to the Sponsor and when the revised Airport Layout Plan has been approved by the FAA or when the construction work has terminated. The "Record Drawings" and Construction Report shall be submitted within a period of 90 days from end of construction period. This Amendment shall be considered concurrent with completion of audit. PART C -ASSURANCES I. CIVIL RIGHTS ACT OF 1964, TITLE VI -CONTRACTOR CONTRACTUAL REQUIREMENTS Reference: 49 CFR PART 21 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Engineer") agrees as follows: Compliance with Regulations. The Engineer shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. • Nondiscrimination. The Engineer, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Engineer shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. Page 2 of 8 • Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Engineer for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Engineer of the Engineer's obligations under this contract and the Regulations relative to nondiscrimination onthe grounds of race, color, or national origin. • Information and Reports. The Engineer shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of an Engineer is in the exclusive possession of another who fails or refuses to furnish this information, the Engineer shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. • Sanctions for Noncompliance. In the event of the Engineer's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Engineer under the contract until the Engineer complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. • Incorporation of Provisions. The Engineer shall include the provisions of paragraphs one through five (Compliance with Regulations, Nondiscrimination, Solicitations for Subcontracts, Information and Reports, and Sanctions for Noncompliance) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Engineer shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Engineer becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Engineer may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the Engineer may request the United States to enter into such litigation to protect the interests of the United States. II. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 -GENERAL CIVIL RIGHTS PROVISIONS Reference: Airport and Airway Improvement Act of 1982, Section 520; Title 49 47123;AC 1 SO/5100-1 S, Para. 10. c. The Engineer assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the Page 3 of 8 period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of Engineers, this provision binds the Engineers from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. III. DISADVANTAGED BUSINESS ENTERPRISES Reference: 49 CFR Part 26 Contract Assurance (§26.13) -The Engineer or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Engineer shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Engineer to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) -The prime Engineer agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than Fifteen (1 S) days from the receipt of each payment the prime Engineer receives from Sponsor. The prime Engineer agrees further to return retainage payments to each subcontractor within Fifteen (15) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Board. This clause applies to both DBE and non-DBE subcontractors. IV. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 49 CFR Part 20, Appendix A No Federal appropriated funds shall be paid, by or on behalf of the Engineer, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the Engineer shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. Page 4 of 8 V. ACCESS TO RECORDS AND REPORTS Reference: 49 CFR Part 18.36(1); FAA Order 5100.38 The Engineer shall maintain an acceptable cost accounting system. The Engineer agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representative's access to any books, documents, papers, and records of the Engineer which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Engineer agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. VI. BREACH OF CONTRACT TERMS Reference: 49 CFR Part 18.36 Any violation or breach of terms of this contract on the part of the Engineer or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. VII. RIGHTS TO INVENTIONS Reference: 49 CFR Part 18.36(1)(8); FAA Order 5100.38 All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. VIII. TRADE RESTRICTION CLAUSE Reference: 49 CFR Part 30.13; FAA Order 5100.38 The Engineer or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U. S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Page 5 of 8 Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Engineer or subcontractor who is unable to certify to the above. If the Engineer knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the Engineer agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Engineer may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Engineer shall provide immediate written notice to the sponsor if the Engineer learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the Engineer if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Engineer or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of an Engineer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. IX. TERMINATION OF CONTRACT Reference: 49 CFR Part 18.36(1)(2); FAA Order 5100.38 • The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. • If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. Page 6 of 8 • If the termination is due to failure to fulfill the Engineer's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Engineer shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. • If, after notice of termination for failure to fulfill contract obligations, it is determined that the Engineer had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Reference: 49 CFR Part 29; FAA Order 5100.38 The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/Engineer or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitationlproposal. Page7of8 All other terms and conditions of the original contract shall remain in effect. ITNESS WHEREOF, the parties hereto have affixed their signatures this ~ day of ~..~r~.~ 2008. SPONSOR: EAGLE COUNTY, COLORADO By„:-_., 13---i ". ,. ,;,, f . °~ ~c~ i ~ *, ENGINEER: J3 AVIATION CONSULTANTS, INC. By ATTACHMENTS Exhibit A -Scope of Work Page 8 of 8 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 AMENDMENT N0.1-EXHIBIT "A" SCOPE OF WORK FOR EAGLE COUNTY REGIONAL AIRPORT Eagle, Colorado AIP Project No. 3-08-0020-41 Rehabilitation/Reconstruction of Runway 7/25 This project will consist of Construction Administration, Pre-Construction, On-site Coordination, and Post Construction Coordination Phases for the project described below. DESCRIPTION: (Provided by Sponsor) The improvements described below are proposed based on results provided by geotechnical investigations conducted in December 2006 and May 2007. The December 2006 investigation involved six borings and installation of ground water monitoring wells along Runway 7/25. The May 2007 investigation focused on a more comprehensive study of the runway pavement, in which approximately 32 soil borings and 97 pavement cores were taken from the runway, adjacent connector Taxiways (T/W's "A-1" through "A-6" and T/W's "B-2" & `B-3"), and runway shoulders. Schedule I: Crush and Stockpile Aggregates Schedule I will involve the crushing and stockpiling of the aggregate material necessary for the bituminous paving and crushed aggregate base course for the project. It is estimated that approximately 140,000 tons (70,000 cubic yards) of aggregate material is required for this project. Aggregate sources will likely come from nearby gravel suppliers /pits located in the Eagle Valley. There is a possibility that the aggregate material may need to be stockpiled on airport property. Stockpile locations are yet to be determined, but will be located either on the east end of the airport, or north of Runway 7/25 near the Airport Road entrance, or on the south side of Cooley Mesa Road (borrow source location from AIP Project No. 3-08-0020-40). It should also be assumed that there will be more than one stockpile location. If the aggregate material is stored on- site, Quality Assurance testing will be performed on a regular basis to ensure that the stockpiled material is meeting the material specification requirements, as outlined in the FAA's technical specification(s), P-209 Crushed Aggregate Bare Course and P-401 Plant Mix Bituminous Pavements. It is anticipated that Schedule I work will be performed during the winter and early spring of 2008, in order to secure the availability of the aggregates during the paving season. Notice to Proceed for this schedule of work will be given as soon as possible after the Notice of Award, anticipated for mid-April, 2008. It is anticipated that Schedule I work will take approximately 120 calendar days to complete. Schedule II: Runway Extension Paving, Including Taxiway "A" & Taxiway "A-1" Schedule II will be the third and final phase of the Runway 7/25 extension project, which included two phases of mass earthwork projects (AIP Project No.'s 37 through 40), in order to bring the site to final safety area grades in accordance with FAA criteria. Upon completion of the runway extension project, the length of the runway will be increased to 9,000 feet in total length, for Runway 25 departures only. This schedule will consist of the construction of new bituminous pavement for the 1,000-foot Runway 7/25 extension, from Station 0+00 to Station -10+00. This schedule will also include the extension of parallel Taxiway "A", and a new connector Taxiway, "A1". Schedule II will also include new 25-foot paved shoulders along the extended runway, and a new 200-foot by 200-foot paved blast pad. In addition, a new pavement edge underdrain system along the runway extension including the extended portion of Taxiway "A", and Taxiway "A1" will be installed. A small amount of fine grading within the Runway Safety Areas will be required. J3 Aviation Consultants, Inc. 7 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 The new runway extension will incorporate new can-mounted elevated L-862 (HIRE) runway edge lights and new can-mounted L-862E runway threshold lights. The Taxiway "A" extension and new Connector Taxiway "A1" will incorporate new can-mounted LED L-861T edge lights. New L-804 runway guard lights will be provided on the new Connector Taxiway "A1". New L-858 lighted guidance signs will be provided on the taxiway extension and new connector, and a new runway distance remaining (RDR) signs will be added. In addition, the sign panels on the existing guidance and RDR signs will be relocated as required to accommodate the new runway length and connector numbering scheme. The existing PAPI system will also be relocated. All new L-824c electrical cable will be routed in PVC conduit. Guidance signs for existing connector Taxiways "A1" through "A6" will be modified to reflect the re-designated taxiway names of "A2" through "A7", respectively. The electrical work for Schedule(s) II through N will be completed under Schedule V of this project. It is estimated that Schedule II will take 90 calendar days to complete. Schedule II may be completed without the closure of Runway 7/25 provided a temporary displaced threshold is installed 1,000' from the existing Runway 7 threshold (Sta. 0+00). This is a very aggressive construction schedule and will require the Contractor to work 24 hours per day, seven days per week for the duration of the schedule. Schedule III: Runway Rehabilitation from Station 0+00 to Station 31+25 This schedule consists of rehabilitation of Runway 7/25 from Station 0+00 to Station 31+25. The geotechnical reports indicated that the asphalt in this area is in relatively good condition. Schedule III will consist of rotomilling the top three inches of the existing asphalt pavement to remove the oxidized and raveling pavement. A minimum of three inches of new bituminous surface course will then be placed on the rotomilled surface. Existing Connector Taxiways "A1" through "A3", and `B2" will also be included in the pavement rehabilitation, which will include rotomilling the top three inches of bituminous pavement, and replacement with a minimum of three inches of new bituminous surface course, to allow for proper gradients to be met from the connector taxiways to the runway. Connector taxiway rehabilitation limits are tentatively set for approximately 150 feet from the runway centerline. With the intent of preserving the existing airfield lighting infrastructure without grade modifications and/or complete demolition of the fight system, an 8.5- foot width of the paved shoulders, immediately adjacent to the runway, will be rehabilitated. This is primarily intended as a means to tie Runway 7/25 cross-slope grades to the existing shoulder grades. The existing L-861 (IVIIRL) runway edge lighting will be replaced with L-862 (HIRE) runway edge lighting. The existing isolation transformers will be replaced with new isolation transformers of the appropriate wattage. In addition, L-804 runway guard lights (RGL) will be added at both connector taxiways. The electrical work for Schedule(s) II through IV will be completed under Schedule V of the project. It is estimated that Schedule III will take 25 calendar days to complete and will be constructed concurrently with Schedule IV of this project. This is a very aggressive construction schedule and will require the contractor to work 24 hours per day, seven days per week for the duration of the schedule. It is intended to keep the airport open and operational during the construction of Schedules III and N. As such, it is anticipated that parallel Taxiway "A" will be converted, by the Contractor, to a temporary runway during construction, pending approval from FAA airspace analysis. Once converted, only Group B-II aircraft will be allowed to use this runway during daytime VFR conditions. Schedule IV: Reconstruct Runway 7/25 from Station 31+25 to Station 80+00 Schedule 1V will consist of a complete reconstruction of a bituminous pavement section of the runway from Station 31+25 to Station 80+00. The pavement cores that were obtained from the geotechnical investigations showed evidence of raveling, within the middle of the bituminous portion of the pavement. J3 Aviation Consultants, Inc. 2 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 Additionally, some cores revealed bituminous pavement thicknesses as much as 30 inches in depth. This may be contributing to the subsurface drainage problems, as discussed later. The proposed reconstructed pavement section will consist of 12 inches of bituminous pavement on 6 inches of crushed aggregate base course. With the intent of preserving the existing airfield lighting infrastructure without grade modifications and/or complete demolition of the light system, an 8.5-foot width of the paved shoulders, immediately adjacent to the runway, will be rehabilitated. This is primarily intended as a means to tie Runway 7/25 cross-slope grades to the existing shoulder grades. A pavement edge underdrain collection system will be installed along the runway through this section. This system will be incorporated into the existing drainage network. Also included with this schedule is the 3 inch milling and asphalt paving on connector Taxiways "A3" through "A6" and "B3" for approximately 150 feet from the Runway 7/25 centerline. This schedule will include verifying the location of any possible subsurface waterways that potentially exist under the pavement. Subsurface water was observed entering two of the core locations during the geotechnical investigation. It is proposed to provide a geotechnical engineer on call during construction activities to perform observation and analysis of this section of the runway to locate and map the subsurface waterway(s). Pavement edge underdrains along the side of the runway will be installed, along with cross- runway underdrains installed at the locations recommended by the geotechnical engineer. Pavement cores along Connector Taxiways "A3" through "A6" indicated that the pavement is in generally good condition. The top 3 inches of bituminous pavement will be rotomilled, and replaced with 3 inches of new P-401 Bituminous Surface Course, to allow for proper gradients to be met from the connector taxiways to the runway. The existing L-861 medium intensity runway light system (MIRE) will be replaced with an L-862 high intensity runway light system (HIRE), and the existing L-861E runway threshold lights will be replaced with new (HIRE) L-862E runway threshold lights. The existing isolation transformers will be replaced with new isolation transformers of the appropriate wattage. A new 5-step/20-kW regulator will be provided for the runway lighting circuit as required for the requirements of a HIRE lighting system, and the higher wattage of the HIRE system lights. In addition, L-804 runway guard lights (RGL) will be added at all four connector taxiways. The electrical work for Schedule(s) II through N will be completed under Schedule V of the project. It is estimated that Schedule IV will take 120 calendar days to complete and will be constructed concurrently with Schedule III of this project. Combined, Schedule(s) III & IV will take 145 calendar days to complete and require full closure of Runway 7/25 for 120 calendar days. This is a very aggressive construction schedule and will require the contractor to work 24 hours per day, seven days per week for the duration of the schedule. Phasing -All Schedules of Work Construction phasing issues will be addressed to include haul routes to the project site and secured gate access to the project site. Schedule II may be completed without the closure of Runway 7/25 provided a temporary displaced threshold is installed 1,000 feet from the Runway 25 threshold. Any combination of Schedules III and N will require full runway closure, which is estimated to be 120 calendar days, as outlined above. As previously mentioned, it is intended to keep the airport open and operational during the construction of Schedules III and IV. As such, it is anticipated that parallel Taxiway "A" will be converted to a temporary runway during construction, pending approval from FAA airspace analysis. Once converted, only Group B- II aircraft will be allowed to use this runway during daytime VFR conditions. J3 Aviation Consultants, Inc. 3 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 The Engineering fees for the Rehabilitation/Reconstruction of Runway 7/25 are as follows: Part B -Special Services include; 1) Construction Administration Phase, 2) Pre-Construction Phase, 3) Construction Coordination Phase, or Field Engineering, and 4) Post Construction Phase. Quality Assurance (QA) testing verification during the construction phase of the project is covered under Part B-Special Services. Part B phases are described in more detail below. The actual bid amount for this project is $19.7M. PART A -BASIC SERVICES for Schedule(s) I through V of the Runway 7/25 Construction Project Part A -Basic Services consisted of the preliminary design phase, design phase, and bidding phase for this project. This work was completed by others. Special Considerations The following special considerations are required for this project. They were previously completed by the design firm and will be supplied by the Sponsor for informational purposes only. Conduct Topographical Surveying. Survey was required in order to complete the design for the project. Survey includes the following: '~ Verification of the existing ground and pavement elevations, infrastructure and utilities located within the Runway 7/25 project area, including the 1,000 feet west end extended safety area, and approximately 100 linear feet of each adjacent connector taxiway (T/W's "A-1" through "A-6" and T/W's `B-2" & "B-3") from the edge of Runway 7/25. '~ The ground survey area is approximately 135 acres, with approximately 40 acres being high accurary survey and 95 acres being GPS survey. Geotechnical and Pavement Investigation. Existing Runway 7/25 and connector taxiway (T/W's "A-1" through "A-6" and T/W's `B-2" & `B-3") pavements were tested to determine the proper rehabilitative / reconstruction design procedures. This investigation includes the following: *~ A final geotechnical soils /pavement investigation report based on testing will be completed. This will include a write up with conclusions/recommendations, various recommended pavement section designs, testing area map, testing data, and back calculation data to determine pavement strength. Geophysical Investigation. Zonge Geosciences, Inc. performed a geophysical investigation underneath Runway 7/25. The primary objective was to locate areas beneath the runway that exhibit perched groundwater or seep-type of high moisture conditions by using a set of high-sensitivity electromagnetic (EM) sensors capable of mapping anomalous wet areas -both laterally and vertically. This investigation includes the following: ~ Deliverables will be a letter report which will include: a description of the EM geophysical technique used, data analysis procedures, 2D plan maps and 2D cross-sections, and an interpretation of the results. The geophysical investigation report will incorporate any site specific data (e.g., culture, subsurface geologic conditions, known locations of seeps, etc.) that can be provided during data processing, interpretation, and analysis. J3 Aviation Consultants, Inc. 4 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 PART B -SPECIAL SERVICES for Schedule(s) I through V of the Runway 7/25 Construction Project Part B - Special Services will consist of the construction administration phase, pre-construction coordination phase, on-site construction coordination phase, and post-construction/project close out phase. Also included are direct subcontract costs such as Quality Assurance testing verification during construction. 1.0 Construction Administration Phase 1.1 Coordinate Topographical Surveying. This task includes preparing the requirements, limits of work, and scheduling the survey, which will include the project limits of the Runway 7/25 Extension. Surveying will be required to verify the existing ground elevations, infrastructure and utilities located within the project limits after Phase II of the runway extension project (mass earthwork) has been completed and allowed to settle through one season. The actual surveying will be completed by asub-consultant to the Engineer. 1.2 Prepare Construction Contracts. This item accounts for the Engineer's in-house efforts during and immediately after the project bidding. The Engineer will prepare the Notice of Award, Notice to Proceed and Contract Agreements for the Sponsor's approval and signatures. Appropriate copies will be submitted to the successful contractor(s) for their signatures. 1.3 Update Construction Drawings and Issue for Construction. Completed by the design firm. 1.4 Office Assistance. Office Engineering staff, CAD personnel, and clerical staff will be required to assist the Resident Engineer(s) as necessary during construction. Specific items to be accomplished include compiling and sending additional information requested from the office to the project site, providing secondary Engineering opinions on issues arising during construction, maintaining project files as necessary (field files are mirrored in the office for continuity) and various other items necessary in the day to day operations. 1.5 Periodic Cost Estimates and Request for Reimbursement. The Engineer will prepare periodic cost estimates during construction and FAA requests for reimbursement of funds. A request for reimbursement will be submitted to the Sponsor for review and approval prior to the Sponsor requesting reimbursement from the appropriate agency. 1.G Weekly/Monthly Reports. The Project Manager will review progress reports weekly and monthly. 1.7 Material Submittal Review. Material submittal data will be reviewed and approved by the Resident Engineer or office personnel, if the Resident Engineer is unable to make final determination of compliance. 1.8 Change Orders/Supplemental Agreements. Clerical and CAD personnel will assist with change orders and supplemental agreements as necessary. 1.9 Record Drawings. All drafting for the Final Record Drawings will be prepared by the office drafting personnel. One set of half size drawings (hard copy and electronic) will be submitted to the Sponsor. One set of half size black-line drawings and one electronic copy (in acceptable format) of the documents will be provided to the FAA. 1.10 Final Construction Report. Clerical will complete the typing for the Final Construction Report. Clerical will prepare the Required Project Closeout statements. Two copies of the Construction Report, prepared according to the current Northwest Mountain Region's Construction/Final Report guidance, will be submitted to the Sponsor and one copy submitted to the FAA. It is expected that the Denver ADO will request revisions to this document following initial submittal. J3 Aviation Consultants, Inc. S of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport AIP Project No. 3-08-0020-41 Z.OFre-Construction Coordination Phase March 28, 2008 2.1 Prepare Project Files. The Engineer is required to assure the construction contracts are in order, the bonds have been completed, and the Contractor has been provided with adequate copies of the construction plans. The Plans will be updated to include all addenda items issued during bidding. Clerical will prepare the quantity sheet, testing sheets, construction report format, etc. 2.2 Prepare Pre-Construction Meeting. The Engineer will assure the pre-construction meeting has been scheduled and all necessary parties have been informed. The Engineer will establish apre-construction meeting to review FAA requirements prior to commencing construction. 2.3 Conduct Pre-Construction Meeting. The meeting will be conducted at the Airport and will include the Sponsor, FAA (if possible), Contractor, Sub-Contractors, Airport Tenants affected by the construction, and utility companies. 3.0 On-Site Construction Coordination Phase This phase will consist of providing one full time lead Construction Manager, supported by up to three full time field Engineers during various phases of construction. To meet the rigorous deadline of re-opening Runway 7/25 as quickly as possible, it is anticipated that the Contractor will have to work "around-the-clock" for most of the project, thus requiring up to four Engineers (Construction Manager and three additional Field Engineers) during specific phases of construction to adequately cover all of the construction operations, such as pavement removal, excavation and embankment operations, subgrade preparation, base course placement, electrical construction and asphalt paving operations. It will be the responsibility of the Construction Manager and Field Engineers to have sufficient on-site construction coordination to ensure that the project is completed according to good construction practice and is consistent with the Engineer's direction. The construction is estimated to take 235 calendar days (90 days fox Schedule(s) II & V concurrently and 145 days for Schedule(s) III & IV concurrently). Overhead costs, travel costs, and per diem are in addition to the engineering hours expended. 3.1 Field Inspection/Coordination. The Project Manager will attend weekly construction meetings on a regular basis and deal with construction issues as necessary for the duration of the project. 3.2 Resident Engineering. The on-site Construction Manager will work approximately 12 hours per day. At various times during construction, up to three additional Field Engineers shall be on-site, as deemed necessary by the Contractor's work schedule and the amount of night work being performed, especially during paving operations and other "around-the-clock" construction operations. It is assumed that the Engineers will be able to complete all of the required daily documentation in the course of their respective shifts and that total inspection on-site time is anticipated to be 235 calendar days (90 days for Schedule(s) II & V concurrenfly and 145 days for Schedule(s) III & N concurrently) 3.3 Review Construction Submittals. The construction coordination will consist of reviewing and approving the shop drawings and material submittal data from the contractor. The Engineer will review copies of the Contractor's survey data for pavement grades and structure locations. The Resident Engineer will review other construction items for general compliance with the construction documents. 3.4 Review Contractor Payroll Forms. The Engineer will be required to make employee interviews and review Contractor's weekly payroll records as required by the FAA. 3.5 Calculate Construction Quantities. The Engineer will maintain daily record of the progress and will submit weekly reports to the Sponsor and the FAA regarding the progress. The Engineer will review the quantity records with the Contractor on a periodic basis. J3 Aviation Consultants, Inc. 6 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport March 28, 2008 AIP Project No. 3-08-0020-41 3.6 Periodic Cost Estimates. The Engineer will prepare the Periodic Cost Estimates and review the quantities with the Contractor. The Engineer, Airport and Contractor will resolve discrepancies, or disagreements with the Contractor's records. 3.7 Prepare Requests for Reimbursement. The Engineer will utilize the cost estimates and prepare a markup RFR which will be submitted to the office for finalization. After receiving the RFR from the office, the Engineer will be required to verify all entries and then submit copies to the Sponsor for processing. 3.8 Prepare Daily Reports. The Engineer will maintain a daily log of the construction activities for the duration of time on site. 3.9 Prepare/Submit Weekly Reports. The Engineer will prepare a weekly status report using the FAA's standard form. The report will be submitted to the Sponsor, the FAA, and the office. 3.10 Review Contractor Testing. The Engineer will review final QC testing performed by the Contractor for compliance with the specifications. This will be conducted prior to submission to the FAA. Should any additional testing need to be accomplished this will be coordinated with the Contractor, who will be responsible for completion. 4.0 Post Construction Coordination Phase This phase will consist of project close out and site cleanup. 4.1 Conduct Final Inspection. The Engineer, along with the Sponsor and FAA, will conduct the final inspection. 4.2 Coordinate Final Surveys. The Engineer will coordinate with the Contractor's surveyor for the final survey upon completion of construction. 4.3 Prepare Clean-up Item List. The Engineer will assure the Contractor has removed all construction equipment and construction debris from the Airport, that all access points have been re-secured (fences repaired, gates closed and locked, keys returned, etc.) and the site is clean. 4.4 Engineering Record Drawings. The Engineer will prepare the Record Drawings indicating modifications made during construction. The actual drafting involved on these items is covered under the Construction Administration Phase of the project. 4.5 Engineering Final Construction Report. The Engineer will prepare the final Construction Report. The actual clerical work involved on this item is covered under the Construction Administration Phase of the project. 4.6 Summarize Project Costs. The Engineer will be required to obtain all administrative expenses, Engineering fees and costs, surveying costs, testing cost and construction costs associated with project and assemble a total project summary. The summary will be compared with the available funding. 4.7 Assist with Project Audit. When requested by the Sponsor or FAA, the Engineer will assist with the project, or year-end audit. completion. The Engineer will provide files requested that are pertinent to the project cost and J3 Aviation Consultants, Inc. 7 of 8 AIP Project No. 3-08-0020-41 Revision No. 0 Eagle County Regional Airport AIP Project No. 3-08-0020-41 ~ecial Considerations March 28, 2008 The following special considerations are required for this project but will be completed by Sub-Consultants to the Engineer. Topographical Survey. Topographical surveying shall be performed prior to the construction of Schedule II (Runway 7/25 Extension) to verify that the settlement of the earthwork phase of the project is still within FAA criteria. The limits of the survey shall be approximately 35 acres of non-paved area. It is anticipated that it will take atwo-person survey crew approximately one week to complete the survey. Acceptance Testing. The acceptance testing will be performed under the direct supervision of the Resident Field Engineers. Certified Materials Technicians will perform the necessary material acceptance testing for the following, as detailed in the project specifications: ~ Item P-152 Excavation and Embankment ~ Item P-153 Controlled Low-Strength Material ~ Item P-154 Subbase Course ~ Item P-209 Crushed Aggregate Base Course ~ Item P-401 Plant Mix Bituminous Pavements ~ Item P-610 Structural Portland Cement Concrete Additional Quality Assurance testing will be performed if aggregate material for P-209 and P-401 is stockpiled on-site, prior to construction. Testing will be performed on a regular basis to ensure that the stockpiled material is meeting the material specification requirements. J3 Aviation Consultants, Inc. 8 of 8 AIP Project No. 3-08-0020-41 Revision No. 0