No preview available
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