Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC13-242 Jviation, Inc. First Amendment JV IA1'O N° Jviation PROJECT NO.EGE AIP 51 SRE Facility
Y AIP PROJECT NO.3-08-0020-51
AMENDMENT NO. ONE (1)TO CONTRACT
DATED MAY 14, 2013
BETWEEN
JVIATION, 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.8 is included in the Scope of Work of the original contract. The item covered by this amendment
are described as follows:
Item No. 8 ARFF/SRE facility expansion or replacement
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
DESIGN
Preliminary Design Lump sum of$118,938.00
Design Lump sum of$306,540.00
TOTAL BASIC SERVICES Lump sum of$425,478.00
Method of payment shall be as follows:
Interim payments based on work performed by the Engineer and detailed in a report
submitted to the Sponsor with the request for payment. A retainer of ten percent of the total
contract amount to be paid upon Notice to Proceed for construction, or, in the event the
Sponsor does not elect to proceed with construction, the remaining ten percent to be paid
upon receipt of request for payment from the Engineer.
PART B-SPECIAL SERVICES(SOILS AND PAVEMENT INVESTIGATIONS/TOPOGRAPHIC
SURVEYS/HYDROLOGIC STUDIES/CONSTRUCTION ADMINISTRATION AND FIELD
ENGINEERING)
The maximum estimated SPECIAL SERVICES engineering is as follows:
GEOTECHNICAL INVESTIGATIONS
Geotechnical Investigations Lump sum of$8,802.50
TOPOGRAPHIC SURVEYS
Topographic Surveys Lump sum of$5,203.17
ARCHITECTURAL
Structural Engineering Services Lump sum of$52,100.00
Mechanical, Electrical and Plumbing Engineering Services Lump sum of$54,500.00
ACCEPTANCE TESTING
Acceptance Testing Lump sum of$30,000.00
If work is abandoned,or terminated,after obtaining approval by the Sponsor and the FAA of
the final construction plans and specifications,the Sponsor shall reimburse up to 100 percent
of the total lump sum as listed under PART A,and 100 percent of the invoiced costs for soils
and pavement investigations,topographic surveys,and hydrological studies,or other studies
as listed under PART B.
CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING
The estimated maximum for CONSTRUCTION ADMINISTRATION and FIELD
ENGINEERING is:
Pre-Construction Coordination Lump sum of$9,514.00
Construction Coordination Lump sum of$150,232.00
Post Construction Lump sum of$13,373.00
TOTAL SPECIAL SERVICES Lump sum of$323,724.67
TOTAL Lump sum of$749,202.67
Method of payment shall be as follows:
For services rendered under PART B - SPECIAL SERVICES, the Sponsor agrees to make
monthly payments based upon the work performed by the Engineer,up to 90 percent of the
total contract. The final ten 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.
Page 2 of 9
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.
• 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
on the 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
Page 3 of 9
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
150/5100-1 5,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 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 026.13)-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
Page 4 of 9
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 (15) 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.
V.
ACCESS TO RECORDS AND REPORTS
Reference: 49 CFR Part 18.36(i);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.
Page 5 of 9
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(i)(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.
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
Page 6 of 9
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(i)(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.
• 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
Page 7 of 9
mow
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 solicitation/proposal.
•
Page 8 of 9
All other terms and conditions of the original contract shall remain in effect.
IN WITNESS WHEREOF,the parties hereto have affixed their signatures this 0 '14 day of
2013.
SPONSOR:
EAGLE COUNTY, COLORADO
BY: 4Cuta r •'Q1.
104‘0641.%
.�
Attest -r!C
ENGINEER:
JVIATION, INC.
By:
Name: Jim Trott
Title: Principal
Page 9 of 9
Eagle County Regional Aiort
ATP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 39,2093
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Eagle County, Colorado
AIP Project No.3-08-0020-51
Snow Removal Equipment (SRE) Facility
This project will consist of Design Development, Construction Design Documents and Technical
Specifications, Construction Manager-At-Risk (CM-A-R) Preconstruction Services and Construction Services.
Preparing the Engineer's Design Report and Construction Safety and Phasing Plan in conjunction with the CM-
A-R along with Preconstruction / CM-A-R Procurement assistance will be included with this project. This
project also consists of Construction Administration for compliance with FAA Grant requirements, periodic
on-site Construction Coordination, and Post Construction Coordination as needed for the SRE Facility project,
at the Eagle County Regional Airport.
PROJECT DESCRIPTION:
The project site is the Eagle County Regional Airport, located in Eagle County, Colorado. The new
construction of the SRE facility consists of the following elements:
Services to be provided for the Eagle County Regional Airport (Sponsor), SRE Facility project include, but are
not limited to, civil/site design, architectural and interior design, structural, plumbing, fire protection,
mechanical, electrical, and electronic engineering, as required for the complete design. Assisting the Sponsor
with the CM-A-R solicitation and selection is also included. Work shall follow criteria set forth by the Federal
Aviation Administration (FAA) and per permit and review requirements of the Town of Gypsum, Eagle
County, and any other applicable code. Program management, project design management, client
communications, civil site and utility engineering, and architecture will be provided by Jviation, Inc. and
Menendez Architects P.C. (Design Team).
This scope of work excludes Design Team services for possible resolicitation for Construction Services if the
Sponsor does not accept the guaranteed maximum price (GMP) prepared by the Preconstruction Services
Contractor.
The proposed SRE facility will be located to the west of the existing Administration/ARFF building. FAA
Advisory Circular 150/5220-18A, Section 1.2 qualifies the Eagle County Regional Airport as a "Very Large
Airport," and recommends certain criteria that the SRE design should follow. It is anticipated that the SRE
facility will be a single story,high bay facility with partial interior mezzanines. Functional spaces are anticipated
to include vehicle/equipment storage, vehicle/equipment maintenance, parts storage, bulk materials storage,
and related administrative and employee support areas such as office, conference/training, and kitchen/break
room areas. New pavement areas will be constructed adjacent to the facility to permit movement of the
equipment and provide parking areas.
The Sponsor is proposing a new SRE facility to house their equipment and protect the investments that have
been made. As an airport that is extremely busy during the winter months, the SRE facility is a critical element
in the airport's operations and commitment to safety.
Construction phasing concerns will be addressed during the design phase to include the haul routes and secured
gate access to the project site. A Construction Safety and Phasing Plan (CSPP) will be completed to
incorporate requirements and to assess potential risk factors that will exist during construction.
1 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
The fees or the SRE Facility will be broken into two parts, Part A-Basic Services; 1) Preliminary Design
Phase, 2j Design Phase, and Part B-Special Services; 3) Pre-Construction Coordination Phase,
4) Constriction Coordination Phase, and 5) Post Construction Coordination Phase. Additional design services
that will be completed by subconsultants to the Design Team include the geotechnical investigation;
topograp cal survey; structural engineering; and mechanical, electrical, and plumbing (MEP) engineering.
These su consultant services will be included in Part B-Special Services and included within this scope of
work. P is A and B and the five phases are described in more detail below. At the time of writing of this
scope of ork,the estimated funding for this project is approximately$5,000,000.00.
PART A- BASIC SERVICES
Part A-basic Services will consist of the preliminary design phase and design phase.
1.0 Prelii inary Design Phase
1.1 Scopi#ig Meeting with the Sponsor. A meeting with the Sponsor took place to determine critical dates,
establish the proposed design schedule, AIP development schedule, and determine the feasibility of the
proposed work. A scoping meeting with the Sponsor has been conducted and was attended by the Design
Team. The scoping meeting was held at the airport.
1.2 Pre-Design Services. Pre-Design meetings with the Sponsor were conducted to establish the airport's
requirements for the SRE facility and to determine project goals. Through the use of interviews,
questionnaires,group sessions,research of similar facilities,observation and inventory of snow removal vehicles
and other,equipment, the Design Team created a program for the project. The program identifies all required
spaces and the size and relationships of these spaces.
1.3 Preliminary Design Services/Programming Refinement. Following preliminary analyses of building
codes, zo*ing codes and site conditions, several schematic designs were generated to test the program against
site consttaints,and budget and schedule requirements. The preliminary designs served as the basis for refining
the program and project requirements, and establishing the building location. Meeting minutes were prepared
for all of the meetings. The findings from the geotechnical investigation and topographical surveying were also
discussed. Six (6) meetings with the Sponsor have been attended by the Design Team throughout the
preliminary design phase of the project,with all meetings occurring at the airport.
1.4 Prep*re Construction Manager-At-Risk Request. This task includes coordinating with the Sponsor to
request the use of the Construction Manager-At-Risk (CM-A-R) alternative delivery method. Participating in
conference calls with the Sponsor and FAA and attending a meeting with the Sponsor and FAA at the
Sponsor's)location is also included in this task. A letter with associated documentation has been prepared and
submitted to the FAA to formally request, on the Sponsor's behalf, the use of the CM-A-R procurement
method for this project.
1.5 Prep*re Project Scope of Work and Contract. This task includes establishing the scope of work through
meetings With the Sponsor and the FAA. This also includes drafting the contract for the work to be completed
by the D sign Team for the Sponsor.
1.6 Coor inate Topographical Survey. This task includes preparing the requirements, limits of work, and
schedulin the topographical survey. Negotiating with the surveying firm for a cost to perform the work is
included in this item. During design, the need may arise to verify other existing survey information or extend
the limits'of the existing survey. It should be noted that the topographical survey was completed prior to the
preparation of this scope of work. The fees paid to the subconsultant for the work performed are included in
this scop$so the Sponsor can be reimbursed by the FAA. The Engineer performed this work.
2 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
1.7 Coordinate Geotechnical Investigation. This task includes preparing the requirements for the
geotechnical sampling and soils testing, establishing the limits of the work area, and scheduling time for testing
to be completed. Negotiating with the geotechnical firm for a cost to perform the work is included in this item.
It should be noted that the geotechnical investigation was completed prior to the preparation of this scope of
work. The fees paid to the subconsultant for the work performed are included in this scope so the Sponsor can
be reimbursed by the FAA. The Engineer performed this work.
1.8 Prepare State Grant Application. This task consists of preparing the state grant application. The
application will be submitted during the initial portion of the project. Preparation of the application will include
the following:
+ Prepare state grant application on the new CDOT Aeronautics website
'* Prepare Project Financial Information
+ Prepare Project Summary, identifying the existing problem and defusing the proposed project and
estimated schedule
+ Prepare Project Sketch (11"x17")
The Engineer will save the completed grant application on the CDOT Aeronautics website for the Sponsor to
review. Once the Sponsor approves the grant application, the Sponsor will submit the grant application on the
CDOT Aeronautics website. The Engineer will perform this work.
1.9 Prepare Federal Grant Application. This task consists of preparing the federal grant application. The
application will be submitted during the initial portion of the project. Preparation of the application will include
the following:
+ Prepare Federal 424 form
+ Prepare Project Funding Summary
+ Prepare Program Narrative, discussing the Purpose and Need of the work and the Method of
Accomplishment
** Project Sketch(11"x17")
+ Prepare Preliminary Cost Estimate
+ Environmental Checklist(See Item 1.10 below)
+ Prepare the Sponsors Certifications
+ Attach the current Grant Assurances
The Engineer will submit the grant application to the Sponsor for approval and signatures. After obtaining the
necessary signatures, the Engineer will forward two copies of the signed application to the FAA for further
processing. The Engineer will perform this work.
1.10 Prepare Environmental Checklist. An environmental checklist (also known as a CATEX) will be
completed for this project. The checklist addresses how the project affects the environmental aspects as
defined under federal guidelines for environmental assessments. The Engineer will perform this work.
1.11 Prepare Disadvantaged Business Enterprise (DBE) Program. This task will include updating the
Disadvantaged Business Enterprise (DBE) program and annual goals to reflect the current project. This will
include researching the current state highways certified DBE listings and area contractors to determine
availability of potential DBE contractors, prepare preliminary construction estimates, establish the potential
DBE work items,and finalize the DBE goal work sheets for the Sponsor for submittal to the FAA Civil Rights
office for approval. It should be noted that the DBE program and goals were completed P rior to the
preparation of this scope of work. The fees P aid to the subconsultant for the work performed are included in
this scope so the Sponsor can be reimbursed by the FAA. The Engineer will perform this work.
3of15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
20 Desigp Phase
2.1 Design Meetings with the Sponsor and FAA. Design meetings with the Sponsor and the FAA (if
available) will be conducted to review the progress of the design, discuss construction details, proposed time
frames fok construction, and special requirements of the project. Design meetings with the Sponsor will be
attended by the Design Team. It is anticipated that there will be a minimum of five (5) meetings with the
Sponsor and FAA (if available) throughout the design phase of the project, with most meetings occurring in
Eagle County, Colorado.
2.2 Project Management. The Design Team will manage the services, sub consultants, and administer the
project. The Design Team will consult with the Eagle County Project Manager and airport staff, and research
applicable design criteria, attend project meetings, communicate with members of the project team, and issue
project reports.
When the Project requirements have been sufficiently identified, the Design Team shall prepare, and
periodically update, a Project Schedule that shall identify milestone dates for decisions required by the Eagle
County Project Manager and airport staff, design services provided by the Design Team, completion of
documentation,commencement of construction,and substantial completion of the work.
2.3 Analyze Topographic Survey Data. This work will be performed by the Engineer and includes analyzing
the topographical surveying data and preparing the data for use with computer modeling. Included are the
following separate tasks:
• Input raw survey data into AutoDesk Civil 3D in order to sort data into company standard layers for
efficient analysis.
+ Verify surveyor horizontal and vertical control.
+ Verify survey data from as-built conditions.
• Sort all data points by layers and description for computer modeling.
• P`eepare Triangulated Integrated Network (TIN - surface model) of existing ground contours,
pavement edges,and other miscellaneous entities.
'* Generate three-dimensional contour model from TIN.
+ Piepare and process data for spot elevations, grading and/or paving cross sections, and drainage
features.
2.4 Analyze Geotechnical Investigation Data. After receiving the geotechnical investigation report from the
geotechnical engineering firm, the Design Team will analyze the data. The architect and structural engineer
have read the geotechnical investigation report and have suggested alternate foundation/structural systems as
possible cost-saving measures. Included are the following separate tasks:
+ Review geotechnical engineer recommendations.
'* Determine appropriate data for pavement design.
+ Evaluate foundation design recommendations and choose design system.
• I#iput data for computer modeling with topographical survey data.
+ Prepare soils information for incorporation onto the construction drawings.
2.5 Inventory Existing Utilities. This task includes reviewing record drawings and consulting with the airport
and/or loical utility companies to identify all utilities within the project site. This will include the coordination
of possible relocations, potholing for alignment and depth as necessary and recording data in a useable
electronic)format for future projects.The Engineer will perform this work.
4of15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
2.6 Prepare Preliminary Contract Documents. The Engineer will be provided the Sponsor template
Contract Documents for procurement of a Construction Manager / General Contractor for Preconstruction
Services and Guaranteed Maximum Price Construction Services. The Engineer will prepare the preliminary
contract documents including the Request for Qualifications, CM-A-R solicitation in compliance with FAA
Grant Requirements including,but not limited to,equal employment opportunity clauses,construction contract
agreement, performance bond, payment bond, and general provisions. Preliminary contract documents will be
prepared as early as possible during the design phase and submitted to the Sponsor for review by the Sponsor's
Project Manager. The most current Eagle County general conditions and contract clauses will be incorporated
into these documents,as required.
2.7 Schematic Design (SDs). Schematic Design is a part of the design process where expectations are set,
and budget and schedules are established. Schematic Design determines the general scope, preliminary design,
scale and relationships among the components of the project. The primary objective is to develop a clearly
defined design with a comprehensive scope,budget,and schedule.
The Design Team will meet with the Eagle County Project Manager,airport staff,and others as assigned by the
County's Project Team to discuss the project process, define roles, assign initial tasks, define project
deliverables,collect and exchange initial data, and generally discuss initial concepts.
A project schedule will be prepared indicating the design schedule and possible construction schedule. The
preliminary schedule is based upon the information the Design Team has presently gathered and our experience
with these types of project components.
The deliverables provided at the conclusion of the Schematic Design will be schematic level architectural floor
plans, building elevations, key building sections, civil site and utility plans. The following items will be
completed during the SD phase of the design process and further revised during the Design Development and
Construction Document phases of the project.
+ Develop Schematic Level Plans
• Civil Site and Utility Plans.
• Architectural drawings including Floor Plan and Exterior Elevations.
• Provide verification of space layout for furniture and equipment.
• Acquire preliminary evaluations of possible appropriate types of mechanical and electrical systems
including alternative energy conservation options.
• Consult with structural engineer and obtain preliminary description of possible structural systems.
• Consult with electrical engineer and acquire preliminary evaluations of appropriate types of
electrical systems and determine capacity of electric utilities, three phase power, single phase
power,phone and cable.
+ Building Code Review and Analysis
• Review preliminary design with Building Department and Zoning Department officials.
+ Preliminary Materials Research
• Investigate materials likely to be incorporated into the project.
• Investigate green-build product and systems alternatives.
4- Cost Estimating
• The cost estimates will be based upon the defined project solutions and work that will be required
to construct the new facility.
• The Engineer will provide conceptual cost estimating for the civil site and utility work.
• The County Project Manager will provide conceptual cost estimating for the architectural
construction scope of work.
+ Final Schematic Design Documents submitted to the County Project Team
5of15
Eagle County Regional Airport
ALP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
Review the schematic design documents with the County Project Manager and airport staff.
Obtain County Project Manager approval to proceed to Design Development phase.
Incorporate County/Sponsor review comments into documents.
2.8 Coordinate Preliminary Technical Specifications. The Design Team will review and assemble the
technical specifications necessary for the intended work. Standard FAA specifications will be utilized where
required;with the guidance of the current edition of the FAA Advisory Circular 150/5370-10F "Standards for
Specifying Construction of Airports" and any of the relevant Northwest Mountain Region "Notices" will be
followed. I Construction Specification Institute (CSI) Master Format Specifications will be utilized for the
architectural portion of the project. Standard CDOT specifications will be utilized where possible; with the
guidance of the current edition "2011 CDOT Standard Specifications for Road and Bridge Construction."
Additional specifications will be prepared to address work items or materials that are not covered by the FAA,
CSI or COOT specifications.
2.9 Prepare Preliminary Special Provisions. The Engineer will prepare Special Provisions for the CM-A-R
Request for Qualifications Solicitation, Preconstruction Contract Documents to supplement or expound on,
conditions that require additional clarification. They could include, but are not be limited to, the following
items:
+ Description of Work
'* Haul Roads/Project Access
+ Airport Security
+ Work Schedule
'+ Sequencing of the Work
+ Closure of AOA's
+ Accident Prevention
+ Underground Cables/Utilities
'3- Guarantees/Insurance/Taxes/Permits
+ Additional DBE Information
'+ Liquidated Damages
'- Construction Safety and Phasing Plan
'- Safety Standards and Impacts
• Additional Acceptance Testing Issues
'} Grade Control and Surface Tolerance for Paving Work
'* Construction Management Plan
'} Operation and Maintenance Manuals for Equipment
+ Special Testing Considerations
'3 Project Closeout Forms
2.10 Prepare Drainage Analysis and Storm Drainage Design. This task will consist of verifying the existing
storm drainage related to the SRE facility site work. Surface drainage design will be evaluated to ensure
accordance with standard engineering practices, local requirements, and in accordance with the FAA Advisory
Circular 150/5320-5C,"Surface Drainage Design." The Engineer will perform this work.
2.11 Compile/Submit Permits. Permits that can be identified during the design phase of the project will be
identified in the Special Provisions of the Contract Documents for the Contractor's benefit. This task will
include the compilation of the design documents required for said permits. The Contractor will be responsible
for any ermits including any surface discharge requirements, Storm Water Management Construction Plan
Permit, ning permits,and Building Permits. The Sponsor will pay for or reimburse the costs for any permit
and/or a plication fees to the Design Team. The Design Team will perform this work.
6 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
2.12 Compile/Submit FAA Form 7460. This task includes preparing and submitting the required FAA Form
7460 on the Sponsor's behalf. The anticipated use of equipment, particularly cranes, during construction will
require a FAA Form 7460 to be sent to the FAA a minimum of 90 days prior to the start of construction for
approval. The proposed SRE facility will also require a FAA Form 7460 to be sent to the FAA for the
permanent structure. The Engineer will perform this work.
2.13 Prepare Solicitation for Preconstruction Services. Required advertisement dates and submittal dates
will be established. A solicitation for preconstruction services will be published in local and selected
publications. Invitations will be emailed or verbally relayed to selected firms to assure local contractors, DBE
firms, and material suppliers are aware of the pending project. The applicable requirements under the current
Airport DBE Program shall be adhered to in the solicitation. The Engineer will perform this work.
2.14 Prepare/Conduct Pre-Selection Meeting. The Design Team will attend and conduct the Pre-Selection
Meeting with potential Contractors and the Sponsor to review the project and answer questions. The meetings
will be conducted at the Sponsor's location and will include a site inspection. The Design Team will perform
this work.
2.15 Consult with Prospective Contractors. During the CM-A-R selection process, the Design Team will be
available to clarify questions with contractors and suppliers, and for consultation with the various entities
associated with the project.
2.16 Assist with CM-A-R Selection. The Engineer will participate in the Qualification Based Selection of a
Short List of CM-A-R Contractors. Upon selection of the Short List, the Engineer will prepare the Design
Development Documents and Pricing Package Bid Form for Preconstruction and Construction Services to
provide to the Short Listed Contractors. The Engineer will review all the bid proposals submitted. An analysis
of the bid prices, DBE participation, and Contractor's qualification for the work will be completed and
tabulated.
2.17 Design Development(DDs). Subject to revision based upon Schematic Design phase programming,the
Design Development phase will include design work for the proposed SRE facility completed by the Design
Team. Systems and material designs will be incorporated into the documents. Cross-discipline coordination
will be updated to verify appropriate room sizes, spaces, and interaction. Building code investigation will be
undertaken to verify requirements,building classification and other life-safety requirements.
Deliverables completed by the Design Team will include approximately 50 percent complete construction
drawings for Project Team Review,including the CM-A-R, for constructability review and preliminary pricing.
Upon a two week review period, including CM-A-R consultation for determination of any modification, the
Design Team will obtain County Project Manager approval to proceed. At the conclusion of the Design
Development phase, the Design Team will deliver final design development level architectural floor plans,
elevations,and sections. Preliminary details and schedules will be provided. The discipline plans will be further
developed to show proposed systems. An outline of technical specifications will also be provided with this
task. The CM-A-R contracted for Preconstruction Services will provide construction cost estimates for the
Project Team's review. The following items will be completed during the design development phase of the
project.
+ Building Code
• Advance building code review and analysis including accessibility requirements.
• Apply code requirements to design and incorporate into documents.
4- Design Development Level Calculations
• Prepare structural, mechanical, plumbing and electrical power and lighting systems calculations to
further define sizes and appropriate systems for the project.
7 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
+ Design Process and Disciplines Coordination
4 Confirm and update the building program's functional,occupancy and spatial requirements.
• Obtain or update special building equipment and fixtures required for the project.
• Review and coordinate structural,mechanical,electrical and other building systems.
• Update project schedule in cooperation with all disciplines and CM-A-R.
+ Advance Design Development Design and Drawings
• Architectural documents including Floor Plan, Roof Plan, Exterior Elevations, Building Sections,
preliminary Wall Sections,Design Details as necessary, outline Schedules (Door, Room Finish and
Window),area calculations.
• Structural design and documents including Foundation Plan,Framing Plans,and Details.
• Mechanical Plans.
• Plumbing Plans.
• Electrical Plans including lighting and power.
• Civil site work including Site and Utility Plans.
• Ptepare Specifications Outline
• Final Design Development Documents submitted to County Project Team.
• Review design development documents with the County Project Manager and airport staff.
• Obtain County Project Manager approval to proceed to the Construction Document phase.
• Incorporate approved County Project Team comments into documents.
2.18 Construction Documents (CDs). The Design Team will prepare construction drawings based upon the
approved design development, and refine the extent, configuration, location, relationships, and dimensions of
the work to be done. Construction documents generally contain site and building plans, elevations, sections,
details, diragrams, and schedules. The Design Team will produce construction drawings for architectural,
interior design, structural,plumbing, mechanical, electrical, communication and security trades, and all civil site
work. All construction drawings will be produced utilizing AutoDesk Civil 3D and Revit design software.
Documerstation, drawings, and written specifications will be coordinated between disciplines and other project
requiremeknts.
The deliverables provided at the conclusion of the Construction Document Phase will be construction and
building permit level plans and specifications.
+ Building Code
• Finalize building code review and analysis.
• Apply code requirements to design and incorporate into documents.
+ Finalize Design Calculations
+ Discipline Coordination and Document Checking
• Review all updated information and design changes with consultants.
M Update previous decisions on structural, mechanical, electrical, plumbing, construction assemblies
and systems.
• Coordinate structural,mechanical,electrical and other building systems.
+ Complete Construction Drawings
• Civil Engineering including General Notes, Construction Layout Plan, Safety Plan, Survey Control
Plan, Demolition Plan, Geometry Plan, Grading and Drainage Plan, Pavement Sections Plan,
Utility Plan,and Erosion Control Plan.
Architectural including Cover Sheet, Floor Plan, Roof Plan, Reflected Ceiling Plan, Exterior
Elevations, Building Sections, Wall Sections, Interior Elevations, Details, Schedules (Door,
Window,Room Finish,Plumbing Fixtures,Bathroom Accessories,Appliance).
8of15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
• Structural Engineering calculations and drawings including General Notes and Standard Details,
Foundation Plan,Framing Plans,Sections and Details.
• Mechanical and Plumbing drawings including Mechanical Plan, Mechanical Schedules, Mechanical
General Notes and Details, Plumbing Plan, Plumbing Schedules, Plumbing General Notes and
Details.
• Electrical drawings including General Notes,Details,Panel Schedules,Power and Systems Layout,
Electric Heaters Layout, Lighting Layout, Light Fixtures and Devices Schedule, Lighting Control
Details,and Electric Site Plan.
• Complete Technical Specifications
• "Front End" specifications (General Conditions, General Requirements, and FAA Requirements)
will be prepared and reviewed by the Engineer.
• Vertical construction specifications will be prepared and reviewed by the Architect and consulting
engineers.
+ County Project Team Construction Document Review
• Deliver 95%complete Construction Documents to the County Project Team.
+ Plan Approval Submittal
• Submit plans/specifications to Building Official.
Plans, specifications,calculations,approval forms and other related documents will be submitted to the building
official (Town of Gypsum Building Department) for review and comment. The costs for the plan application
fees will be additional compensation based upon actual fees charged by the code official. The Sponsor will pay
for or reimburse the costs for any application fees to the Design Team.
The Design Team will respond to one code review within the compensation schedule. The Design Team will
revise the construction documents for this code review response.
Additional or on-going code reviews by building,fire,and code officials will be billed as additional services.
+ Conduct Construction Document Project Team Review Meeting
• Prepare agenda.
• Review documents with the County Project Team.
• Prepare/distribute meeting minutes.
• Incorporate County Project Team comments into construction documents.
+ Submittal to the Building Department
+ Distribution of the Final Contract Documents and Plans will be completed by the Design Team.
2.19 Calculate Estimated Quantities. The Design Team will calculate all necessary quantities for the various
civil and utility work items and those needed by the CM-A-R for architectural, structural, mechanical and
electrical as needed for pricing. Quantities will be consistent with the specifications and acceptable quantity
calculation practices.
2.20 Prepare Design Engineer's Report and Modification of Standards. During the preparation of the
Construction Documents, a design report will be prepared according to the current FAA Northwest Mountain
Region Design Report guidelines. The report will include a detailed summary of the project, photographs and
descriptions of existing site conditions, pavement life cycle cost analysis, recycling and material availability
analysis, estimate of project costs, and a schedule for the completion of the design and construction of the
work. Modifications to the FAA standards, as necessary, for the project will be compiled and presented to the
FAA and Sponsor early on in the design process and included in the design report. The design report will also
contain any alternative design concepts that were investigated and evaluated. The Engineer will perform this
work.
9 of 15
Eagle County RegionalAiiport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
2.21 Coordinate Phases for Construction. This task involves meeting with the County Project Team and
airport users, as required, to discuss the operations of the airport to help determine how the construction
phasing olf the project will effect these operations. From these meetings, a Construction Safety and Phasing
Plan (COP) will be developed in cooperation with the CM-A-R. The CSPP will be included in the
Construction Documents and depicted within the construction drawings for this project. This plan will
thoroughly discuss the operations of the airport, the safety requirements during the project and will follow
guidance 'contained in the current edition of FAA Advisory Circular 150/5370-2F, "Operation Safety on
Airports during Construction." The Engineer will develop these documents in cooperation with the CM-A-R,
who will be responsible for performing this work.
2.22 Plans Review at 95% Complete with FAA. A 95% complete plans in hand review meeting will be held
to complete a final review of the project. The project will be reviewed with the FAA to obtain their
concurrence with the design. The Design Team will perform this work.
2.23 In-House Quality Control. Prior to each review of construction drawings, specifications, and contract
documents being submitted to the FAA and the Sponsor, a thorough in-house quality control review of the
documents will be conducted. This process will include an independent review of the construction drawings,
specifications, and contract documents being submitted,by a licensed Engineer,other than the Engineer whom
performed the design of the project, comments offered by the Engineer that performed the review and
revisions to the construction drawings, specifications, and contract documents shall be incorporated
accordingly. The Design Team will perform this work.
2.24 Prepare and Submit to Building Department. The Design Team will submit the Construction
Documents to the Building Department and other agencies having jurisdictional authority over the project for
permit review and approval, and will assist the Sponsor in gaining all necessary approvals. Following receipt of
comment3 from the various reviewing agencies, the Design Team will make all necessary revisions to the
documents in order to receive the approval. The actual cost of all permits and other development or review
fees are not included in this Scope of Work,and will be paid by the Sponsor.
2.25 Prepare and Submit Final Plans and Specifications. A final set of construction drawings, technical
specifications, contract documents, and Engineer's design report will be prepared and submitted to the FAA
and County Project Team/Sponsor. These documents shall incorporate all revisions, modifications, and
corrections determined during the FAA and Sponsor final review. Half-size (11"x 17") construction drawings
will be provided to the FAA and the County Project Team/ Sponsor. The Design Team will perform this
work.
PART B SPECIAL SERVICES
Part B - Special Services will consist of the pre-construction coordination phase, construction coordination
phase, and post construction phase. Also included are direct subcontract costs; such as topographical survey,
geotechnical investigation, structural engineering, MEP engineering, and quality assurance testing verification
during construction.
3.0 Pre-Construction Coordination Phase
3.1 Prepajre Construction Contract and Documents. This task consists of assisting the Sponsor with the
preparation of amendment to the Preconstruction Services contract if the CM-A-R will be retained for
construction services. The Engineer will prepare the Notice of Award, Notice to Proceed, and Contract
Agreeme is for the Sponsor's approval and signatures. Appropriate copies will be submitted to the successful
contracto (s) for their signatures. A PDF of the plans and specifications for the Contractor's use during
construc ' n will be provided by the Engineer.
10 of 15
Eagle County Regional Airport
ASP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
3.2 Prepare Project Files. This task is 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 Documents.
Clerical will prepare the quantity sheet, testing sheets, construction report format, etc. The Engineer will
perform this work.
3.3 Prepare/Conduct Pre-Construction Meeting. This task is to assure the pre-construction meeting has
been scheduled and all necessary parties have been informed. The Engineer will conduct a pre-construction
meeting to review FAA requirements prior to commencing construction.The meeting will be held at the airport
and will be attended by the Sponsor,FAA (if possible),Architect, CM-A-R, subcontractors, and airport tenants
affected by the project.
3.4 Prepare Construction Management Plan. The Construction Management Plan (CMP) will prepared by
the CM-A-R and the Engineer. The Engineer will obtain the CM-A-R's Quality Control Plan (QC). After
reviewing the QC Plan, the CM-A-R and Engineer will prepare the CMP, which requires data to be extracted
from the QC Plan and combined with Airport information and engineering information for project
responsibilities. A preliminary copy of the CMP will be submitted to the Sponsor. Upon review,the CMP may
be revised or issued to the Contractor for use. This CMP will not address facility issues in detail.
3.5 Review Contractor's Safety Plan Compliance Document. This task includes the review and comment
on the Contractor's Safety Plan Compliance Document (SPCD) as required per FAA Advisory Circular
150/5370-2F, "Operation Safety on Airports during Construction." The Engineer will review to ensure that all
applicable construction safety items are addressed and meet the requirements of AC 150/5370-2F and the
Contract's Construction Safety and Phasing Plan (CSPP). The bid documents will address the requirement for
the Contractor to submit a SPCD. The intent of the SPCD is to detail how the Contractor will comply with the
CSPP. Following award of the project to the successful Contractor and prior to the issuance of the Notice to
Proceed,the Engineer will review the SPCD and provide comments and ultimately approval of the document.
It is anticipated that the document will require at least one re-submittal by the Contractor to address any
missing information.
4.0 Construction Coordination Phase
This phase will consist of providing necessary construction coordination supervision for the duration of the
project. See specific sections below for durations and requirements. The construction of this project is
estimated to take 300 Calendar days.
4.1 Office Assistance. Office staff, CADD personnel, and clerical staff will be required to assist the Field
Engineer and Field Architect 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
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 day to day operations. The Design Team will
perform this work.
4.2 Field Inspection/Coordination. The Project Manager will make onsite visits, as required, to deal with
construction issues as necessary for the duration of the project. As of now, it is estimated that the Project
Manager will be required to make a minimum of six (6) site visits to the project during construction. The Civil
Construction Manager and/or Field Architect, and any additional field personnel will attend all weekly meetings
and coordinate all related agendas,paperwork,and notifications for the Sponsor.
4.3 Civil Construction Manager. The Civil Construction Manager will work approximately 12 hours per day
and will be on-site everyday throughout the duration of the civil site work. The Civil Construction Manager will
also be on-site approximately one day a week during the vertical construction of the building. It is assumed that
the Civil Construction Manager will be able to complete all daily project documentation in the course of their
11of15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
shift. The Civil Construction Manager will provide necessary design clarification and construction coordination
for the civil site work and perform a portion of the coordination to include all project meetings. The Civil
Construction Manager will consult with the Architect prior to providing design clarification in matters related to
the verticl construction. The Civil Construction Manager will be required to provide Sponsor's representative
services aid civil inspection, for the project.
During the On-Site Construction Coordination Phase,Field Engineering staff are required to visually inspect all
work performed by the contractor to assure conformance with the Contract Documents, issue Non-
Compliance Reports if necessary, and coordinate all work being performed with Airport Operations on a daily
basis.
4.4 Field Architect. The Field Architect will visit the site at intervals appropriate to the stage of construction,
during the vertical construction of the building, to become generally familiar with the progress and quality of
the work completed. The Field Architect will provide necessary design clarification and construction
coordination for the project and perform a portion of the coordination to include attending project meetings.
During the On-Site Construction Coordination Phase, the Field Architect will observe the work performed by
the CM-A-R to determine, in general, if the work observed is being performed in a manner indicating that the
work, when fully completed, will be in accordance with the Contract Documents, issue Non-Compliance
Reports i$necessary,and coordinate work being performed with Airport Operations on a weekly basis.
4.5 Review Construction Submittals and Request for Information Submittals (RFI's). This task will
consist of reviewing and approving the shop drawings and material submittal data from the contractor and
responding to RFI's. The Civil Construction Manager will review copies of the contractor's survey data for
pavement grades and structure locations. The Design Team will review other construction items for general
compliance with the construction documents. The Design Team will maintain and track submittals, RFI's and
related items from the contractor and the associated disciplines responsible for detailed review of documents.
The Civil Construction Manager will distribute and collect submittals for distribution to the various parties.
Review will be completed by the various disciplines.
4.6 Review CM-A-R Payroll Forms. This task includes conducting random employee interviews and
reviewing the CM-A-R's weekly payroll records as required by the FAA to confirm compliance with Davis-
Bacon wage rates. The Engineer will perform this work.
4.7 Calcullate Construction Quantities. Engineering and Architectural field personnel will maintain record of
the progress and will review the quantity records with the Contractor on a periodic basis in accordance with the
established Schedule of Values. The Design Team will perform this work.
4.8 Periodic Cost Estimates. Engineering and Architectural field personnel will prepare the periodic cost
estimates and review the quantities with the Contractor. The Design Team, Sponsor, and Contractor will
resolve discrepancies or disagreements with the contractor's records. The Engineer will then submit the period
cost estimate to the Sponsor for payment.The Design Team will perform this work.
4.9 Prepare Requests for Reimbursement (RFR). This task includes the preparation of the RFR and the
submittal of the RFR to the Sponsor for processing. One copy of each request for reimbursement with
multiple copies of backup documentation will be submitted to the County Project Manager for review and
approval prior to the Sponsor submitting to the appropriate agency.The Engineer will perform this work.
4.10 Prepare Progress Reports. The Civil Construction Manager and Field Architect will maintain a log of
the construction activities and maintain construction photos for record keeping purposes during the
construction process. FAA Form 5370-1 "Construction Progress and Inspection Report"will be filled out and
submitted to the Sponsor,FAA,and Design Team. The Design Team will perform this work.
12 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
4.11 Prepare/Submit Weekly Reports. The Civil Construction Manager will prepare a weekly status report
using the FAA's standard form for the duration of the civil site work. The weekly status report will be reviewed
by the Project Manager. The Field Architect will prepare a weekly status report using the FAA's standard form
for the duration of the vertical construction of the building. The weekly status reports will be submitted to the
Sponsor,FAA,and the office personnel.
4.12 Review QC/QA Testing Results. The Civil Construction Manager and/or Field Architect will review
and coordinate revisions by the contractor to QC/QA submittals performed as part of the acceptance testing
required by standard specifications. This will occur on a weekly basis and at project completion prior to
submittal to the FAA and Sponsor.
5.0 Post Construction Coordination Phase
This phase will consist of project close out and site cleanup.
5.1 Conduct Final Inspection. The Project Manager, Civil Construction Manager, and Architect, along with
the Sponsor and FAA (if available) will conduct the final inspection. All acceptance test summaries must be
accepted by the FAA prior to final inspection.
5.2 Coordinate Final Surveys. The Civil Construction Manager will coordinate with the Contractor for the
final survey data after the construction is completed and accepted.
5.3 Prepare Clean-up Item List. The Civil Construction Manager and/or Field Architect 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.
5.4 Prepare Record Drawings. The Design Team will prepare the Record Drawings indicating modifications
made during construction. All drafting for the Final Record Drawings will be completed by office drafting
personnel. One set of 11"x17" drawings (hard copy) and one electronic copy (in acceptable format) will be
submitted to the Sponsor and FAA.
5.5 Prepare Engineering Final Construction Report. The Engineer will prepare the final construction
report with the assistance of the Sponsor. The Project Manager will review and clerical will complete the typing
for the final construction report. Clerical will also 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. The
Engineer will perform this work.
5.6 Summarize Project Costs. The Engineer will be required to obtain all administrative expenses,
engineering fees and costs, surveying costs, testing cost and contraction costs associated with project and
assemble a total project summary. The summary will be compared with the available funding.
5.7 Assist with Audit. When requested by the Airport or FAA, the Design Team will assist with any project
audit. The Design Team with the assistance of the Sponsor will provide files requested that are pertinent to the
project cost and completion.
13 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
Special C onsidetations
The following special considerations are required for this project but will be completed by subconsultants to the
Design Team. The cost for this work will be included in the contract agreement with the Sponsor and the costs
are in addition to the Design Team fees outlined above.
Topograjhical Survey(Sub to Engineer): Survey is required in order to complete the design for the project.
Survey in luded the following:
+ Verification of the existing ground and pavement elevations, and infrastructure located within the SRE
facility project area.
+ The approximate area surveyed for this project was 15 acres.
+ Verification of the existing terrain to create an accurate topographical drawing.
+ All existing utilities in the project area will be surveyed from locates performed prior to surveying
operations.
+ During design,there may be the need to verify other existing survey information or extend the limits of
the existing survey.
Geotechrlical Investigation (Sub to Engineer): Soil samples for analysis will be taken for both the project
site and all potential on-site borrow sources. The geotechnical investigation will use the collected data to
recommend a foundation design and proposed pavement sections. This investigation included the following:
+ Visual inspection and documentation of each soil boring.
+ Pavement coring and soil boring locations and laboratory testing at 8 locations.
+ Soil Classification/Atterberg Limits,Liquid Limit(LL) ,Plastic Limit(PL),Plasticity Index (PI)
+ Moisture/Density Relations
• Swell/Consolidation Potential
• California Bearing Ratio (CBR) and Subgrade Modulus (k)
+ Fbundation Design Recommendations
+ A final geotechnical testing report will be completed. This includes a write up with conclusions, testing
atea map,and testing data.
Structural Engineering (Sub to Architect): The Architect will utilize Colorado licensed structural engineers
to design the required structural elements of the SRE Facility.This includes the following:
+ Fbundation Design
• Framing Design (columns,beams,walls)
• Roof Design
+ Structural Calculations
+ Structural Drawings and Specifications
+ Submittal Reviews
• One Site Visit during construction
Mechanial, Electrical, Plumbing (MEP) Engineering (Sub to Architect): The Architect will utilize
Colorado',licensed mechanical and electrical engineers to design the required MEP elements inside of the SRE
Facility.This includes the following:
+ Domestic Water and Fire Line design
+ Fire Protection design
+ ( as line design
+ Plumbing design
14 of 15
Eagle County Regional Airport
AIP Project No.3-08-0020-51
Snow Removal Equipment Facility
May 31,2013
4- Electrical design
+ Low Voltage—Telephone&IT design
+ Heating,Ventilating,Air Conditioning(HVAC)design
+ One Site Visit during construction
Acceptance Testing (Sub to Engineer): Acceptance testing will be performed under the direct supervision
of engineering field personnel. All acceptance test summaries must be accepted by the FAA prior to final
inspection. Certified materials technicians will perform the necessary material acceptance testing for the
following items,as detailed in the project specifications:
• CDOT 203 Excavation and Embankment
• CDOT 304 Aggregate Base Course
• CDOT 403 Hot Mix Asphalt
• CDOT 412 Portland Cement Concrete Pavement
• CDOT 601 Structural Concrete
+ Other items as necessary
15of15