Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-378 Jviation Modification No. 1 JVIATION® EGE LOC 15-01
General Aviation Apron
Utility Improvements
MODIFICATION NO. ONE (1)TO
AMENDMENT NO. SIX (6)TO CONTRACT
DATED MAY 14, 2013
BETWEEN
JVIATION, INC.
AND
EAGLE COUNTY, COLORADO
The Sponsor and the Engineer agree to amend their contract for improvements to the Eagle County
Regional Airport, Gypsum, CO dated May 14, 2013 (the "Original Contract"), to include fees for
engineering services for Item No. 11 Construction of General Aviation areas,FBO aprons and stop
ways—Utility Improvements in the Scope of Work of the Original Contract.
NOW THEREFORE, in consideration of the foregoing and the mutual rights and obligations as set
forth below,the parties agree as follows:
The Original Contract shall be amended to include the following provisions:
(1) FEES: The Sponsor agrees to pay the Engineer for the services relating to Construction of
General Aviation areas,FBO aprons and stop ways—Utility Improvements(the"Project")according
to the schedule under Article II of the Original Contract in the following manner:
PART A-BASIC SERVICES
DESIGN
Preliminary Design Lump sum of$1,184.00
Design Lump sum of$23,069.00
BIDDING
Bidding Lump sum of$4,400.00
TOTAL BASIC SERVICES Lump sum of$28,653.00
Method of payment shall be as follows:
For services rendered under PART A— BASIC SERVICES, the Sponsor agrees to make
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 price for Basic Services 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.
Engineer has been paid for the PART A-BASIC SERVICES set forth herein.
Page 1 of 11
Cis-3-)f
The additions to the Original Contract as set forth in this Modification No. One(1)to Amendment
No. Six(6)are set forth in bold.
PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/
CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING)
The fees for SPECIAL SERVICES engineering is as follows:
GEOTECHNICAL INVESTIGATIONS (FOR DESIGN)
Geotechnical Investigations Lump sum of$4,500.00
If work is abandoned, or terminated, after obtaining approval by the Sponsor 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,or other studies as listed under PART B.
CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING
The fees for CONSTRUCTION ADMINISTRATION and FIELD ENGINEERING is:
Pre-Construction Coordination Lump sum of$14,108.20
Construction Coordination Lump sum of$24,758.28
Post Construction Lump sum of$3,450.00
TOTAL SPECIAL SERVICES Lump sum of$46,816.48
TOTAL CONTRACT PRICE Lump sum of$75,469.48
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 price for Special Services. The final ten percent of the total
contract price for Special Services shall be due and payable when the project final
inspection and the Construction Report have been completed, 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,whichever is earlier. The "Record Drawings" and Construction Report
shall be submitted within a period of 90 days from end of construction period.
(2)ASSURANCES:
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:
Page 2 of 11
I.
CIVIL RIGHTS ACT OF 1964,TITLE VI—CONTRACTOR CONTRACTUAL
REQUIREMENTS
Reference: 49 CFR PART 21
• 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
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 above (Compliance with Regulations, Nondiscrimination, Solicitations for
Page 3 of 11
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
150/5100-15,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
Page 4 of 11
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.
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.
Page 5 of 11
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
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
Page 6 of 11
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
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.
Page 7 of 11
X.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND
VOLUNTARY EXCLUSION
Reference: 49 CFR Part 29; FAA Order 5100.38
The bidder/offeror/Engineer 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 acceptance of this contract 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.
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.
Page 8of11
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.
• 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
Page 9 of 11
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.
XV
TEXTING WHEN DRIVING
References:Executive Order 13513,DOT Order 3902.10
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging
While Driving" (10/1/2009)and DOT Order 3902.10 "Text Messaging While Driving"
(12/30/2009),FAA encourages recipients of Federal grant funds to adopt and enforce safety
policies that decrease crashes by distracted drivers, including policies to ban text messaging
while driving when performing work related to a grant or sub-grant.
The Contractor must promote policies and initiatives for employees and other work personnel
that decrease crashes by distracted drivers, including policies to ban text messaging while
driving. The Contractor must include these policies in each third party subcontract involved on
this project.
(3) CONFLICT: In the event of any conflict or inconsistency between the terms and conditions
set forth in the attached Scope of Work or attached Detailed Engineering Fee Breakout and the
terms and conditions set forth in the Original Contract including Modification No. One (1) to
Amendment No. Six (6), the terms and conditions set forth in the Original Contract and any
amendments or modifications shall prevail.
(4) TERMS: Capitalized terms in this Modification No.One(1)to Amendment No.Six(6)will
have the same meaning as in the Original Contract. To the extent that the terms and provisions of
Modification No.One(1)to Amendment No.Six(6)conflict with,modify or supplement portions of
the Original Contract, the terms and provisions contained in this Modification No. One (1) to
Amendment No. Six(6) shall govern and control the rights and obligations of the parties.
(5) FULL FORCE AND EFFECT: Except as expressly altered, modified and changed in
thisModification No. One (1)to Amendment No. Six (6), all terms and provisions of the Original
Contract shall remain in full force and effect,and are hereby ratified and confirmed in all respects as
of the date hereof.
(6) BINDING NATURE: This Modification No. One (1)to Amendment No. Six (6) shall be
binding on the parties hereto,their heirs, executors, successors, and assigns.
Page 10 of 11
All other terms and conditions of the Original Contract shall remain in effect.
IN WITNE S WHEREOF,the parties hereto have affixed their signatures this I el- day of
2015 .
SPONSOR:
COUNTY OF EAGLE, STATE OF COLORADO,
By and Throu_h Its BOARD OF COUNTY COMMISSIONERS
By: A4 1 // / /. �Il�tsi
Kathy lhandler-Henry, Chairman 11,
P.P.
Attest: `Ai'Apo
Teak J. Simonton, Clerk to the Board
ENGINEER:
JVIATION, INC.
By � ��/ti.��°
Page 11 of 11
Eagle County Regional Airport
Jviation Project No.LOC 15-01
General Aviation Apron Utility Improvements
September 16,2015(Revision No. 1)
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Eagle, Colorado
Jviation Project No. LOC 15-01
General Aviation Apron Utility Improvements
This portion of the project will consist of Pre-Construction, Construction Administration, On-Site
Construction Coordination, and Post Construction Coordination efforts for the work described below. This
scope of work is in addition to the scope of work for the design and bidding process of this project and shall be
considered as Modification No. One (1)to Amendment No. Six (6) to that approved scope of work.
DESCRIPTION:
The General Aviation Apron on the north side of the airfield will be developed by installing proposed utilities,
which consist of sanitary sewer and waterline. Approximately 1,100 linear feet of sanitary sewer and water
infrastructure, including appurtenances is to be installed. In addition, a pre-fabricated bathroom may be
installed.
The Engineering fees for this phase of the General Aviation Apron Utility Improvements project will consist of
Part B - Special Services; 1) Construction Administration Phase, 2) Pre-Construction Coordination Phase,
3) On-Site Construction Coordination Phase, and 4) Post Construction Coordination Phase. The geotechnical
investigation completed for this project is also covered under Part B-Special Services. These four phases are
g p P 1 p P
described in more detail below. Based on the bids received on July 31, 2015, the construction costs for this
project are approximately$364,799.50.
PART B - SPECIAL SERVICES
Part B - Special Services will consist of the construction administration phase, pre-construction coordination
phase, on-site construction coordination phase, and post-construction phase. Also included are direct
subcontract costs for the geotechnical investigation.
1.0 Pre-Construction Coordination Phase
1.1 Prepare Construction Contract and Documents. This item accounts for the Engineer's in-house
efforts immediately after the project bid period. In agreement with the Sponsor, the Engineer will prepare the
Notice of Award, Notice to Proceed, and Contract Agreements for the Sponsor's approval and signatures.
Appropriate copies will be submitted to the successful Contractor for their signatures. Hard copies and a PDF
of the construction drawings and contract documents will be provided to the Contractor for use during
construction.
1.2 Office Assistance. Office Engineering staff, CAD personnel, and clerical staff will be required to assist
the Resident Engineer as necessary during construction. Specific items to be accomplished include compiling
and sending additional information requested from the office to the project site, providing secondary
engineering opinions on issues arising during construction, maintaining project files as necessary (field files are
mirrored in the office for continuity) and various other items necessary in the day to day operations. Clerical
and drafting personnel will assist with change orders and supplemental agreements as necessary.
1.3 Prepare Project Files. The Engineer is required to assure the construction contracts are in order and the
Contractor has been provided with adequate copies of the construction plans. The Construction Drawings will
be updated to include all addenda items issued during bidding.
Eagle County Regional Airport
Jviation Pr ject No.LOC 15-01
General Aviation Apron Utility Improvements
September 16,2015(Revision No. 1)
1.4 Project Coordination. The Engineer will meet and coordinate with airport staff and the Vail HangAir
developer as requested. The Vail HangAir development project consists of a new box hangar, t-hangars
complex, and the reconstruction of apron pavement. Coordination with airport staff and the Vail HangAir
developer is required as the General Aviation Utility Improvements project will be constructed concurrently
and with overlapping project limits. The Engineer will also coordinate with airport staff with the selection of
the pre-fabricated bathroom facility to be procured by the Airport, including researching multiple
manufacturer's websites and product lines, reviewing technical drawings and specifications, and requesting cost
estimates from manufacturers.
1.5 Attend/Conduct Pre-Construction Meeting. The Airport and Engineer will schedule the pre-
construction meeting and inform all necessary parties. The Project Manager and the Resident Engineer will
establish a pre-construction meeting agenda to review project specific requirements prior to commencing
construction. The meeting will be conducted at the Airport and will include the Resident Engineer, Sponsor,
Contractor,Subcontractors,airport tenants affected by the construction,and any affected utility companies.
20 On-Site Construction Coordination Phase
This phase will consist of providing one Resident Engineer for the duration of the project, supported by the
Project Manager. It will be the responsibility of the Resident Engineer to have sufficient on-site construction
coordination to ensure that the project is completed according to good construction practice and is consistent
with the Engineer's direction.The construction is estimated to take 30 Calendar Days.
2.1 Field Inspection/Coordination. The Project Manager will be available to be contacted or to make on-site
visits,as required,to deal with construction issues throughout the duration of the project.
2.2 Resident Engineering. The Resident Engineer will be on-site part time and will work approximately 10
hours per day. It is assumed that the Engineer will be able to complete daily documentation in the course of
the 10-hour day and that total inspection on-site time is anticipated to be 15 Calendar days
2.3 Review Construction Submittals and Requests for Information (RFI's). This task will consist of
reviewing and approving the shop drawings, material submittal data from the Contractor, and responding to
RFI's. The Resident Engineer will review other construction items for general compliance with the
construction documents.
2.4 Calculate Construction Quantities. The Resident Engineer will maintain record of the progress and will
review the quantity records with the Contractor on a periodic basis.
2.5 Periodic Cost Estimates. The Resident Engineer will prepare the Periodic Cost Estimates and review
the quantities with the Contractor. The periodic cost estimate will be submitted to the Sponsor for review and
approval prior to the Sponsor dispersing funds to the contractor for work performed. The Engineer, Sponsor
and Contractor will resolve discrepancies,or disagreements with the Contractor's records.
2.6 Review QA/QC Results. The Project Manager and Resident Engineer will review and coordinate
revisions by the contractor for quality control and the acceptance testing firm submittals performed as part of
the acceptance testing required by the Technical Specifications. This will occur on a weekly basis and at project
completion.
3.0 Post Construction Coordination Phase
This phase will consist of project close out and site cleanup.
Eagle County Regional Airport
Jviation Project No.LOC 15-01
General Aviation Apmn Utilit��Improvements
September 16,2015(Revision No. 1)
3.1 Conduct Final Inspection. The Engineer, along with the Sponsor and Contractor will conduct a final
inspection.
3.2 Prepare Clean-up Item List. The Engineer will assure the Contractor has removed all construction
equipment and construction debris from the airport, that all access points have been re-secured (fences
repaired,gates closed and locked,keys returned,etc.) and the site is clean.
3.3 Prepare Engineering Record Drawings. The Engineer will prepare the record drawings indicating
modifications made during construction.
Special Considerations
The following special considerations are required for this project but will be completed by subconsultants to the
Engineer.
Pavement Investigation/ Geotechnical Testing. The existing general aviation apron pavement was
investigated and associated subgrade tested to determine the proper reconstruction design procedures. This
investigation included the following:
'* Visual inspection and historical documentation of the pavement areas.
+ Pavement coring and soil boring locations at 3 locations to determine the thickness of existing
pavement and base course layers.
+ Laboratory testing to assess the engineering properties of the site materials and will consist of Atterberg
limits and grain size analysis.
dg
Ei
F.
F
2
Y
P
3
Y
E 8 8 8 3 8 A'o a. k$w $ Iii -8 8 3 s -- C V
3 3 3 5
g , 8 8 8 8 _ 8 8 8 8 E 8 8 8 8 8 8 8 °o 4
.38 8 3 Ss ° s C& 040
t' z £ 3
,3 2 F
O e 2 8 t- °-8 8 < g 8 e 3
g a °
8 8 8
a. O g r 8■ °N g
F
6
E. 8 8 8
e z - 6 8 e
A - o - o ..
E 8, 8 8
a 8 = 8 8
x - x a -
C 8 a 8 z 8
a 8 E. g 8
a
w - 6 .. -
w a 8 3
b0 6' 8 a- E 8 ° Z 8
u
G
60 8 8 8
Vc 45.5.544 E1, n lq e t;84.0
A o 0
G 8 A88 4 8 8 8
8 4HJ c° c 8 a
31 ..gam V-- n.,m»
8 r .,, ;1-8 n e 8 1 8 8
& s
;
° ,5 e
3 o= ° 60 'gig L3 1 666i
£ ° ‘ i.,'= a c-' 6 zgyo `xa'
E P E 4= F E s
8 6 °'O 3i a_ a a 8
I y 9 E n E y g
E E E
E a 2 G y
3
1
E c. s e F
c UP'9?' s;
a a mvE S 1 3; E a 8E g g
c3 2 Fez N 6 9{S34 8 2Ec.�a�33 1 vLL-'- a g oy
m p ` d $ C'_ E ? 3 8 E _ E /E E
w"ci aoc0 , o a e< s o�'g 'a zz x „3 Ek x Ld
rA FO U 8s r a z . &a a -i N & 8_ i
26 fi