Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-363 Jviation Fifth Amendment No. 5 JVIATIONV EGEAIP53
Air Carrier Apron Recon.
AMENDMENT NO. FIVE(5)TO CONTRACT
DATED MAY 14, 2013
BETWEEN
JVIATION, INC.
AND
EAGLE COUNTY, CO
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 item covered by this amendment
is described as follows:
Air Carrier and General Aviation apron rehabilitation and/or new construction.
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
Select Design Elements Lump sum of$77,971.00
BIDDING
Bidding Lump sum of$10,904.00
TOTAL BASIC SERVICES Lump sum of$88,875.00
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:
TOPOGRAPHIC SURVEYS (FOR DESIGN)
Topographic Surveys Lump sum of$3,850.00
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.
TOTAL SPECIAL SERVICES Lump sum of$3,850.00
TOTAL Lump sum of$92,725.00
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.
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
Page 2 of 10
(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
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
Page 3 of 10
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
150/5100-15,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
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 026.29)-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.
Page 4 of 10
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(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(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.
Page 5 of 10
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
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.
Page 6 of 10
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.
• 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 solicitation/proposal.
Page 7 of 10
XI.
OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
Reference:20 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate the following provisions
by reference, with the same force and effect as if given in full text. The contractor has full
responsibility to monitor compliance to the referenced statute or regulation. The contractor must
address any claims or disputes that pertain to a referenced requirement directly with the Federal
Agency with enforcement responsibilities.
XII.
CLEAN AIR AND WATER POLLUTION CONTROL
(Reference:49 CFR§18.36(i)(12)) Note, when the DOT adopts 2 CFR 200,this reference will change
to 2 CFR§200 Appendix II(G))
Contractors and subcontractors agree:
a. That any facility to be used in the performance of the contract or subcontract or to benefit
from the contract is not listed on the Environmental Protection Agency (EPA) List of
Violating Facilities;
b. To comply with all the requirements of Section 114 of the Clean Air Act,as amended,42
U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and
information,as well as all other requirements specified in Section 114 and Section 308 of
the Acts, respectively, and all other regulations and guidelines issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor will
notify the awarding official of the receipt of any communication from the EPA indicating
that a facility to be used for the performance of or benefit from the contract is under
consideration to be listed on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which
exceeds $100,000 the aforementioned criteria and requirements.
XIII.
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
(Reference:2 CFR§200 Appendix II(E))
• Overtime Requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic, including watchmen and guards, in any
workweek in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate not less than
one and one-half times the basic rate of pay for all hours worked in excess of forty hours in
such workweek.
Page 8 of 10
• Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any
violation of the clause set forth in paragraph(1)above,the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States(in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer
or mechanic,including watchmen and guards,employed in violation of the clause set forth in
paragraph 1 above, in the sum of$10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph 1 above.
• Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation
Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld,from
any monies payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor,or any other
Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,
which is held by the same prime contractor,such sums as may be determined to be necessary
to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph 2 above.
• Subcontractors.The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include
these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs 1 through 4 of this section.
XIV
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
Reference:29 USC§201, et seq.
All contracts and subcontracts that result from this solicitation incorporate the following
provisions by reference,with the same force and effect as if given in full text. The contractor has
full responsibility to monitor compliance to the referenced statute or regulation. The contractor
must address any claims or disputes that pertain to a referenced requirement directly with the
Federal Agency with enforcement responsibilities.
Page 9 of 10
All other terms and conditions of the original contract shall remain in effect.
IN WITNESS WHEREOF,the parti s hereto have affixed their signatures this pd day of
201 .
SPONSOR:
EAGLE COUNTY
EAGLE, CO
By: �
•F EACLC
•• ,, `f
Attest: .rte 'T' ~
I u r .40RA00
ENGINEER:
JVIATION, INC.
("2,N2
Page 10 of 10
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Eagle, Colorado
AIP Project No. 3-08-0020-53
Air Carrier Apron Rehabilitation (Phase II)
This scope of work consists of select design elements and bidding for the second phase of a multi-year
construction project to reconstruct the air carrier apron. The overall design of the air carrier apron
reconstruction was completed under AIP Project No. 3-08-0020-48. Phase I of the Air Carrier Apron
Rehabilitation project was constructed in 2012 under AIP Project No. 3-08-0020-50.
DESCRIPTION:
This project will consist of rehabilitating the air carrier apron north of the Terminal Building,between Taxiways
A3 and A4. The existing concrete is in poor condition and is showing signs of distress and failure,likely a result
of Alkali-Silica Reaction (ASR). Large amounts of foreign object debris (FOD) are being generated, consisting
of broken and loose concrete fragments. The presence of FOD on the apron is a significant safety concern. In
certain areas, the condition of the existing concrete apron has deteriorated beyond repair and is in need of full
replacement of the failed pavement.
Stormwater infrastructure, including trench drain, underdrain, storm pipe, and inlets will be constructed to
properly drain the air carrier apron and infield areas. The proposed project will not alter surface drainage
patterns and will have no effect on the overall existing drainage characteristics at the airport.
This project is considered a high priority, since its overall completion will improve the safety of air operations
by significantly reducing the amount of FOD on the apron. The proposed Air Carrier Apron Rehabilitation
(Phase II) project was recommended as "Air Carrier Apron Construction (Phase II)"on the submitted Six Year
Capital Improvement Plan.
The Engineering fees for the Air Carrier Apron Rehabilitation (Phase II) design will be covered under, Part A-
Basic Services, which includes; 1) Select Design Elements and 2) Bidding Phase and Part B-Special
Services,which includes;3) Special Consideration. Parts A and B and the three phases are described in more
detail below. The topographical survey required for design will be included within this scope of work.
It should be noted that this scope of work includes the Phase II design and bidding of the air carrier apron
rehabilitation,which is anticipated to be constructed in multiple phases over the next several years. This scope
of work does not include any tasks associated with construction administration or construction management.
These tasks will be covered under a separate scope of work.
PART A- BASIC SERVICES
Part A-Basic Services will consist of the design phase and bidding phase of the project.
1.0 Select Design Elements
1.1 Preliminary Meetings with the Sponsor, CDOT Aeronautics, and FAA. Meetings with the Sponsor,
CDOT Aeronautics (if available), and the FAA (if available) will take place to establish the project schedule,
construction phasing, and critical dates for the proposed work. It is anticipated that there will be 2 meetings
with the Sponsor and the FAA throughout the course of the project, with some meetings occurring at the
Sponsor's location and some in Denver.
1 of 7
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apmn Rehabilitation(Phase II)
June 17,2014
1.2 Prepare Project Scope of Work and Contract. This task includes establishing the scope of work through
meetings with the Sponsor, CDOT Aeronautics, and the FAA. This also includes drafting the contract for the
work to be completed by Jviation and submitting it to the Sponsor for approval.
1.3 Prepare State Grant Application. This task consists of preparing the state grant application. Preparation
of the application will include the following:
+ Prepare state grant application on the CDOT Aeronautics website
+ Prepare Project Financial Information
+ Prepare Project Sketch(11"x17")
The completed grant application will be saved 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.
1.4 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
+ Prepare Project Sketch (11"x17")
• Prepare Preliminary Cost Estimate
+ Include the existing Exhibit"A"Property Map
+ 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,two copies of the signed application will be sent to the FAA for further processing.
It should be noted that the Environmental Checklist(CATER) for the air carrier apron rehabilitation project,in
its entirety, was completed and approved under AIP Project No. 3-08-0020-48, and therefore is not included
with this scope of work.
1.5 Coordinate Topographical Survey. This task includes preparing the requirements, limits of work, and
scheduling the topographical survey and negotiating with the surveying firm for a cost to perform the work. A
few areas on and adjacent to the air carrier apron required new survey data due to improvements completed in
these areas following the design survey completed under AIP Project No. 3-08-0020-48. During design, the
need may arise to verify other existing survey information or extend the limits of the existing survey.
1.6 Analyze Topographic Survey Data. This work 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 the computer program in order to sort data into company standard layers
for efficient analysis.
+ Verify survey data from as-built conditions.
'+ Sort all data points by layers and description for computer modeling.
+ Prepare Triangulated Integrated Network (TIN - surface model) of existing ground contours,
pavement edges,applicable taxiway and apron edge lighting,and other miscellaneous entities.
• Generate three-dimensional contour model from TIN.
2 of 7
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
+ Prepare and process data for spot elevations, grading and/or paving cross sections, and drainage
features.
1.7 Construction Safety and Phasing Plan (CSPP). A Construction Safety and Phasing Plan will be
developed to ensure safety compliance when coordinating construction activities with airport operations.
Potential safety hazards and their respective mitigation procedures will be outlined. The plan will be developed
in accordance with the requirements of FAA Advisory Circular (AC) 150/5370-2F Operational Safety on
Airport during Construction. A proposed construction phasing plan that meets the requirements of the AC
and the operational needs of the airport will be developed as part of the CSPP and included in the project plans
for bidding.
Jviation will submit the completed CSPP document to the FAA for review and approval prior to the project
bidding process. It is anticipated that the document will require one re-submittal to the FAA following their
initial review.
1.8 Compile/Submit FAA Form 7460. This task consists of preparing and submitting the required FAA
Form 7460 on the Sponsor's behalf. The closure of airfield pavement and the anticipated use of equipment
during construction will require a FAA Form 7460 to be submitted to the FAA a minimum of 90 days prior to
the start of construction for approval.
1.9 Prepare Preliminary Contract Documents. The Engineer will prepare the preliminary Contract
Documents including the invitation for bids, instruction to bidders, proposal, equal employment opportunity
clauses, construction contract agreement, performance bond, payment bond, and general provisions.
Preparation will include establishing the location for the bid opening, dates for advertisement, and description
of the work schedule. 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 attorney. The most current Eagle County
general conditions and contract clauses will be incorporated into these documents,as required.
1.10 Prepare Preliminary Plans. Preliminary plans will be extracted from the overall project design (AIP 48)
depicting the air carrier apron layout, existing relevant facilities, existing utilities,electrical ducts, storm drainage
inlets and culverts within the project work area, and grading and drainage plans for the apron. The following
list of drawings will be used as a guideline. Additional drawings may be added during the design phase if
required.
• Cover Sheet(1 Sheet)—Includes project title,project/grant numbers,funding agencies.
+ Index of Drawings, Summary of Quantities, General Notes & Master Legend (2 Sheets)—Lists
all the drawings in the plan set,approximate quantities,general notes and legends where applicable.
+ Survey Control Plan(1 Sheet)—Depicts overall survey control for the project.
+ Construction Layout Plan (1 Sheet) —Depicts overall airport layout and schematically identifies key
project elements,including contractor access, storage and staging areas.
+ Safety Plan(1 Sheet)—Identifies the safety procedures for the project.
+ Pavement / Geotechnical Investigation Plan (2 Sheets) — Identifies existing pavement and soils
data relevant to the project.
+ Construction Phasing Plans (4 Sheets) —Identifies to the Contractor the phasing requirements and
operating procedures for the project.
+ Demolition Plans (8 Sheets)—Depicts the demolition limits for the project.
+ Geometric Layout Plan(8 Sheets)—Depicts the geometric layout and limits for the project.
' Grading and Drainage Plans (8 Sheets) — Depicts the site grading and drainage, including the air
carrier apron and infield areas.
4- Grading Spot Elevation Plans (8 Sheets) — Depicts proposed spot elevations, including the air
carrier apron and infield areas.
+ Drain Line Plan and Profiles (2 Sheets) —Plan and profiles of the trench drain, trench underdrain,
and storm water conveyance system are detailed.
3 of
Eagle County Regional Airport
AIP Pmject No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
4- Drainage Details (3 Sheets)—Specifies details for drainage infrastructure.
4- Typical Sections and Pavement Edge Details (2 Sheets) — Illustrates all proposed cross sections
for the project and will include any necessary details.
4- Concrete Joint Layout Plans (8 Sheets)—Depicts the layout of the concrete joints for the project.
• Concrete Joint Details (2 Sheets)—Specifies details for joint construction and reinforcement.
+ Crack Repair and Joint Sealant Details (1 Sheet) — Specifies details necessary for crack repair and
joint sealant.
4- Airfield Sign Adjustment Plan(1 Sheet)—Depicts the airfield signs to be adjusted for the project.
+ Airfield Sign Adjustment Details (1 Sheet)—Specifies the sign adjustment details for the project.
• Pavement Marking Layout Plans (8 Sheets)—Depicts the pavement marking layout for the project.
4- Pavement Marking Layout Details (1 Sheet) — Specifies the pavement marking details for the
project.
+ Erosion Control Layout Plans (2 Sheets)—Specifies the erosion control measures and seeding limits
for the project.
+ Erosion Control Details (1 Sheet)—Specifies erosion control details for the project.
+ Electrical Demolition Plans (8 Sheets)—Depicts any electrical infrastructure to be removed.
4- Electrical Layout Plans (8 Sheets) —Depicts the electrical layout for the project,including electrical
conduit locations and electrical infrastructure required to be adjusted.
4- Electrical Details (7 Sheets)—Specifies electrical details for the project.
PLAN SET TOTALING 99 SHEETS
1.11 Prepare Preliminary Technical Specifications. The Engineer will assemble the Technical Specifications
necessary for the intended work. Standard FAA specifications will be utilized where possible;with the guidance
of FAA Advisory Circular 150/5370-10E "Standards for Specifying Construction of Airports" and any of the
relevant Northwest Mountain Region "Notices"will be followed. Additional specifications will be prepared to
address work items for materials that are not covered by the FAA specifications.
It should be noted that the technical specifications for AIP Project No. 3-08-0020-48/50 were prepared with
guidance from FAA Advisory Circular 150/5370-10E "Standards for Specifying Construction of Airports."
This Advisory Circular has been superseded with FAA Advisory Circular 150/5370-10F "Standards for
Specifying Construction of Airports." The technical specifications for this project have been prepared with
guidance from FAA Advisory Circular 150/5370-10E and may supplement guidance from FAA Advisory
Circular 150/5370-10F if advantageous to the project.
The standard specifications to be utilized will include,but not be limited to,the following items:
+ Item P-152 Excavation and Embankment
+ Item P-153 Controlled Low-Strength Material(CLSM)
+ Item P-156 Temporary Air and Water Pollution,Soil Erosion and Siltation Control
4- Item P-306 Econocrete Base Course
'3 Item P-403 Plant Mix Bituminous Pavement(Colorado Modified)
± Item P-501 Portland Cement Concrete Pavement
• Item P-603 Bituminous Tack Coat
+ Item P-605 Joint Sealing Filler
Item P-610 Structural Portland Cement Concrete
+ Item P-620 Runway and Taxiway Painting
4- Item D-701 Pipe for Storm Drains and Culverts
+ Item D-705 Pipe Underdrains for Airports
+ Item D-751 Manholes,Catch Basins,Inlets and Inspection Holes
+ Item D-752 Concrete Culverts,Headwalls and Drainage Structures
4- Item F-162 Temporary Security Fence
4 of 7
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
+ Item T-901 Seeding
+ Item T-905 Topsoiling
+ Item L-108 Installation of Underground Cable for Airports
4- Item L-110 Airport Underground Electrical Duct Banks and Conduits
+ Item L-115 Electrical Manholes and Junction Structures
The added technical specifications will include,but not be limited to,the following items:
+ Item P-100 Mobilization
+ Item P-140 Pavement Removal
+ Item P-159 Watering
+ Item P-314 Bond Breaker Fabric
+ Item P-601 Crack Sealing
+ Item D-710 Rock Rip-Rap
+ Item D-750 Trench Drains
+ Item L-125 Installation of Airport Lighting Systems
1.12 Prepare Preliminary Special Provisions. The Engineer will prepare Special Provisions to address, or
expound on, conditions that require additional clarification. They will include, but are not be limited to, the
following items:
+ Description of Work
+ Haul Roads/Project Access
+ Airport Security
+ Work Schedule
+ Additional Quality Control Requirements
+ Pre-Construction Conference
4- Sequencing of the Work
+ Closure of AOA's
• Accident Prevention
• Underground Cables/Utilities
+ Guarantees/Insurance/Taxes/Permits
+ Contracts/Subcontracts
• Additional DBE Information
• Liquidated Damages
+ Construction Operational Plan
+ Safety Standards and Impacts
+ Additional Acceptance Testing Issues
'* Grade Control and Surface Tolerance for Paving Work
+ Special Testing Considerations
+ Project Closeout Forms
1.13 Calculate Estimated Quantities. The Engineer will calculate all necessary quantities for the various
work items. Quantities will be consistent with the specifications and acceptable quantity calculation practices.
1.14 Prepare Estimate of Probable Construction Cost. Using the final quantities calculated following the
completion of the plans and specifications, the Engineer will prepare the construction cost estimate. The
estimate will be based on information obtained from previous projects, contractors, material suppliers, and
other databases available.
1.15 Prepare Design Engineer's Report and Modification of Standards. An Engineer's Report was
prepared to discuss the overall air carrier apron rehabilitation project under AIP Project No. 3-08-0020-48. For
5of7
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
this project, supplemental information will be provided to discuss the AIP Project No. 3-08-0020-53 specifics
and will be considered an appendix to the Engineer's Report completed under AIP Project No. 3-08-0020-48.
The supplemental design report will include a detailed summary of the project,photographs and descriptions of
existing site conditions, estimate of project costs, and a schedule for the completion of the design and bidding
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 supplemental design report.
1.16 Plans Review at 95% Complete. The Engineer will submit a set of drawings and specifications to the
Sponsor for their review at the 95% complete level. The project will be reviewed with the FAA to obtain their
concurrence with the design.
1.17 In-House Quality Control. Prior to the final set 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.
1.18 Prepare and Submit Final Plans and Specifications. A final set of construction drawings,
specifications, and contract documents, and Engineer's design report will be prepared and submitted to the
FAA and 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 Sponsor.
20 Bidding Phase
2.1 Advertise for Bids. Required advertisement dates and bidding dates will be established. The Engineer will
submit notification, on behalf of the Sponsor, to the local and selected publications for the upcoming project.
Invitations for bids will be emailed to selected firms to assure local contractors, DBE firms, and material
suppliers are aware of the pending project. Project documents will be made available electronically in PDF
format on Jviation's bid site.
2.2 Prepare/Conduct Pre-Bid Meeting. The Engineer will prepare for and conduct the Pre-Bid Meeting
with potential contractors and the Sponsor to review the project and answer questions pertaining to the project.
2.3 Prepare Addenda. Any necessary addenda will be issued to clarify and modify the project as required,
based on questions or comments that may arise from potential contractors during the bidding process. The
addenda will meet all design and construction standards as required by the FAA. Addenda will be made
available to the plan holders through e-mail, via PDF files, which shall include any revised plans and/or
specifications,as required.
2.4 Consult with Prospective Bidders. During the bidding process, the Engineer will be available to clarify
bidding issues with contractors and suppliers, and for consultation with the various entities associated with the
project. This item also includes contacting bidders to generate interest in the project.
2.5 Conduct Bid Opening. The Engineer will attend and assist with a bid opening at the Sponsor's location.
2.6 Review Bid Proposals. The Engineer will review the bid proposals submitted. An analysis of the bid
prices, DBE participation, and contractor's qualification for the work will be completed and tabulated. This
information will be submitted to the Sponsor and FAA.
6 of 7
Eagle County Regional Airport
AIP Project No.3-08-0020-53
Air Carrier Apron Rehabilitation(Phase II)
June 17,2014
2.7 Prepare Recommendation of Award. The Engineer will prepare a Recommendation of Award for the
Sponsor to accept or reject the bids, as submitted. If rejection is recommended, the Engineer will supply an
explanation for their recommendation and possible alternative actions the Sponsor can pursue to complete the
project.
PART B - SPECIAL SERVICES
Part B -Special Services will consist of the special consideration which includes the topographical survey.
3.0 Special Consideration
The following special consideration is required for this project but will be completed by a subconsultant to the
Engineer. The cost for this work will be included in the engineering contract agreement with the Sponsor and
the costs are in addition to the engineering fees.
Topographical Survey. This supplemental topographical survey will expand the limits of the original survey
to capture additional areas on and adjacent to the apron. This survey will be used during the design phase to
locate existing features within the project area and to analyze existing grades and establish new grades. Survey
will include the following:
+ Verification of the existing pavement elevations and infrastructure located within the air carrier apron
project area.
+ The approximate area surveyed for this project will be 3.30 acres.
II
7of7
d
Op
(D
i-•
O
N
H
n
ryn
C
m
N
c
C o ro O ro
N
O O
ti
� ro
ry' O. rn
m tz tida
r,
ti
tz
yyy,,�yyy
ti
� to asa tss a-n b
0
0
U W W W O J
a
0 0 , n ",°a. h7
S OO S S S O
a
ro
w o.
y �
. p
o �
O
-W 4A u) #) 4A 7y
0
P1�
O.
C
S
z
`t7
d
any
H
'O
G'
C
a.
o�
�0
H 0
O H
z
�G7 Cii
to
"O
G O
� n
O
n�
° o
'9
O
1
ro
0�y il
l
ti
m
T
N
N
U�
_ (D
o_ N
m O
k
k N
H
a
tr1
a
n
m
C
n
'n
O
�J
N
IJ
N
N
N
4J
!J
IJ
!J
4J
jJ
IJ
!J
N
IJ
N
O
ro
o
o
O
ro
c
o
ro
6
s
a
p
o
w
O
ro
a
c
Lb
n
o
b
°�
O
�
7
a
a
�
by
C.
ni
H
�
n
r�
a'
N
e
O
O
c
�
�
n
x
n
l7
o
ro
O
O
O
J It
O O
(p
n
o
7
n O
n
p o
°o
o
o
b
^
ro
"o
4A
A
N
N
A
N
A
,A a
W
N
Q
N
O
O
n
d
O
C
O
a
J
O
W �
O ro
p
O
O
�
n
W
O
C
O
O
9
O
Or
8
#f3 d
�
0
o
°o m
n
°o
a
� o
o
o
0
0
w'
S �
�
�
en
m
m
4J d
w
b
0
a
°o
0
0
0
�
7
�
O
O
O
G
O
O
O
p
O p +
p
O
pp
O
O
P
p
O
O
.n
n
O
^
ya
lJ
IJ
ill
0
0
0
0
0
0
0
0
051,
3p-
G
`�
p0p
p.JF
,WO
0
0
m
T
N
N
U�
_ (D
o_ N
m O
k
k N
H
a
tr1
a
n
m
C
n
'n
O