Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC16-075 JviationEGE AIP 55
JVIATION
Air Apron Rehab III CM
REVISION 2 to
AMENDMENT NO. FIVE (5) 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. 1 Air Carrier and General Aviation apron rehabilitation and /or new
construction in the Scope of Work of the Original Contract.
This revision to Amendment No. 5 is for providing PART A Basic Services and PART B -
Special Services, as outlined in the approved scope of work dated November 30, 2015
(attached), which includes providing select design elements, construction administration,
field engineering and quality assurance testing services for Schedule III of a multi -year air
carrier apron construction project, as bid under AIP Project No. 3 -08- 0020 - 053/55 in the
Summer of 2014.
This project is the next phase of a multi -year phased program to rehabilitate the air carrier
apron north of the FBO, Vail Valley Jet Center, and adjoining Taxiway A3. 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. Phase III of the proposed air carrier apron construction project will improve
approximately 36,000 square yards of the existing air carrier apron.
NOW THEREFORE, in consideration of the foregoing and the mutual rights and obligations as set
forth below, the parties agree as follows:
Amendment No. 5 to 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 Management
Services for the Air Carrier Apron Rehabilitation - Phase III (the "Project") according to the schedule
under Article II of the Original Contract in the following manner:
l=it`' C 01, Ea
t F2C1 P. r Ll to l""s>'I S T•flGi
Page 1 of 11
C16-075
PART A - BASIC SERVICES
DESIGN
Select Design Elements..
TOTAL BASIC SERVICES.
......................... ............................... Lump sum of $62,414.70
................... ............................... Lump sum of $62,414.70
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.
PART B - SPECIAL SERVICES (CONSTRUCTION ADMINISTRATION AND FIELD
ENGINEERING /QUALITY ASSURANCE TESTING)
The maximum SPECIAL SERVICES engineering is as follows:
QUALITY ASSURANCE (DURING CONSTRUCTION)
Quality Assurance .......................................... ............................... Lump sum of $80,000.00
If work is abandoned, or terminated, after obtaining approval by the Sponsor and the FAA of
the final construction plans and specifications, the Sponsor shall reimburse up to 100 percent
of the total lump sum as listed under PART A, and 100 percent of the invoiced costs for soils
and pavement investigations, topographic surveys, and hydrological studies, or other studies
as listed under PART B.
CONSTRUCTION ADMINISTRATION AND FIELD ENGINEERING
The maximum for CONSTRUCTION ADMINISTRATION and FIELD ENGINEERING is:
Construction Administration .......................... ............................... Lump sum of $60,629.40
Pre - Construction Coordination ...................... ............................... Lump sum of $26,049.40
Construction Coordination ........................... ............................... Lump sum of $434,457.80
Post Construction ........................................... ............................... Lump sum of $53,976.20
TOTAL SPECIAL SERVICES ..................... ............................... Lump sum of $655,112.80
TOTAL......................................................... ............................... Lump sum of $717,527.50
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
Page 2 of 11
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:
I.
CIVIL RIGHTS ACT OF 1964, TITLE VI — CONTRACTOR CONTRACTUAL
REQUIREMENTS
Reference: 49 CFR PART 21
During the performance of this contract, the contractor, for itself, its assignees and successors
in interest (hereinafter referred to as the "Engineer ") agrees as follows:
• Compliance with Regulations. The Engineer shall comply with the Regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation
(hereinafter, "DOT ") Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract.
• Nondiscrimination. The Engineer, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of subcontractors, including procurements of materials and leases of
equipment. The Engineer shall not participate either directly or indirectly in the
discrimination prohibited by section 21.5 of the Regulations, including employment practices
when the contract covers a program set forth in Appendix B of the Regulations.
• Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In
all solicitations either by competitive bidding or negotiation made by the Engineer for work
to be performed under a subcontract, including procurements of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the Engineer of the
Engineer's obligations under this contract and the Regulations relative to nondiscrimination
on the grounds of race, color, or national origin.
• Information and Reports. The Engineer shall provide all information and reports required
by the Regulations or directives issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information and its facilities as may be determined by the
Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain
Page 3 of 11
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
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
15015100 -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
Page 4 of 11
of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of
1964.
III.
DISADVANTAGED BUSINESS ENTERPRISES
Reference: 49 CFR Part 26
Contract Assurance ( §26.13) - The Engineer or subcontractor shall not discriminate on the
basis of race, color, national origin, or sex in the performance of this contract. The Engineer
shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of
DOT assisted contracts. Failure by the Engineer to carry out these requirements is a material
breach of this contract, which may result in the termination of this contract or such other
remedy, as the recipient deems appropriate.
Prompt Payment ( §26.29) - The prime Engineer agrees to pay each subcontractor under this
prime contract for satisfactory performance of its contract no later than Fifteen (15) days
from the receipt of each payment the prime Engineer receives from Sponsor. The prime
Engineer agrees further to return retainage payments to each subcontractor within Fifteen
(15) days after the subcontractor's work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for good
cause following written approval of the Board. This clause applies to both DBE and non -
DBE subcontractors.
IV.
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
Reference: 49 CFR Part 20, Appendix A
• No Federal appropriated funds shall be paid, by or on behalf of the Engineer, to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the making of any Federal grant and the amendment or modification of any
Federal grant.
If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with any Federal grant, the Engineer shall complete and submit
Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions.
V.
ACCESS TO RECORDS AND REPORTS
Reference: 49 CFR Part 18.36(i); FAA Order 5100.38
The Engineer shall maintain an acceptable cost accounting system. The Engineer agrees to provide
the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States
Page 5 of 11
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 its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agreement. The duties and obligations imposed by the
Contract Documents and the rights and remedies available thereunder shall be in addition to and not
a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.
VII.
RIGHTS TO INVENTIONS
Reference: 49 CFR Part 18.36(1)(8); FAA Order 5100.38
All rights to inventions and materials generated under this contract are subject to regulations issued
by the FAA and the Sponsor of the Federal grant under which this contract is executed.
VIII.
TRADE RESTRICTION CLAUSE
Reference: 49 CFR Part 30.13; FAA Order 5100.38
The Engineer or subcontractor, by submission of an offer and/or execution of a contract, certifies that
it:
a. is not owned or controlled by one or more citizens of a foreign country included in the list
of countries that discriminate against U.S. firms published by the Office of the United States
Trade Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a person
that is a citizen or national of a foreign country on said list, or is owned or controlled directly
or indirectly by one or more citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on
the project that is produced in a foreign country on said list.
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
Page 6 of 11
Administration may direct through the Sponsor cancellation of the contract at no cost to the
Government.
Further, the Engineer agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The Engineer may rely on the certification of a prospective subcontractor unless it has
knowledge that the certification is erroneous.
The Engineer shall provide immediate written notice to the sponsor if the Engineer learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The subcontractor agrees to provide written notice to the Engineer
if at any time it learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making
the award. If it is later determined that the Engineer or subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the Sponsor
cancellation of the contract or subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render, in good faith, the certification required by this provision. The knowledge and
information of an Engineer is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section 1001.
IX.
TERMINATION OF CONTRACT
Reference: 49 CFR Part 18.36(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
Page 7 of 11
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 /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 and 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 Engineer has full
responsibility to monitor compliance to the referenced statute or regulation. The Engineer 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 H(G))
Engineer 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
Page 8 of 11
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 H (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.
Page 9 of 11
• 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 Engineer has
full responsibility to monitor compliance to the referenced statute or regulation. The Engineer
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 3 902. 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 Engineer 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 Engineer 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 Exhibit A and the terms and conditions set forth in this Agreement, the terms and
conditions set forth in this Agreement shall prevail.
(4) TERMS: Capitalized terms in this Revision 2 to Amendment No. 5 will have the same
meaning as in the Original Contract. To the extent that the terms and provisions of this Revision 2 to
Amendment No. 5 conflict with, modify or supplement portions of the Original Contract, the terms
and provisions contained in this Revision 2 to Amendment No. 5 shall govern and control the rights
and obligations of the parties.
(5) FULL FORCE AND EFFECT: Except as expressly altered, modified and changed in this
Revision 2 to Amendment No. 5, 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 Revision 2 to Amendment No. 5 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 WITNESS WHEREOF, the parties hereto have affixed their signatures this mil'" day of
N c�� ;�•-�� 201
SPONSOR:
EAGLE COUNTY, CO
EAGLE, CO
By and through its Board of County Commissioners
By: 1'
01 anne McQuee e , Chairman
z
Attest: P• .
�' �oe�oa
Teak J. Simonton, Clerk to the Boar
ENGINEER:
JVIATION, INC.
By: - —
Page 11 of 11
Eagle County Regional Airport
AIP Project No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
November 30, 2015 (Revision No. 2)
SCOPE OF WORK
FOR
EAGLE COUNTY REGIONAL AIRPORT
Eagle, Colorado
AIP Project No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
This scope of work consists of Select Design Elements, Construction Administration, Pre- Construction
Coordination, On -Site Construction Coordination, and Post Construction Coordination services for the
continuation of the third phase of a multi -year construction project to reconstruct the air carrier apron, which
was designed under AIP Project No. 3 -08- 0020 -048. Phase I of the Air Carrier Apron Reconstruction project
was constructed in 2012 under AIP Project No. 3 -08- 0020 -050. Schedules I and II of Phase II of the Air
Carrier Apron Reconstruction project is being constructed in 2015 under AIP Project No. 3 -08- 0020 -053. A
portion of Schedule II of Phase II will be constructed in 2016 due to amount of work completed by the
Contractor in 2015. Phase III will be constructed in 2016 under AIP Project No. 3 -08- 0020 -055.
DESCRIPTION:
This project will consist of rehabilitating the air carrier apron between Taxiways A3 and C1. 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. Phase III of the proposed air carrier apron construction project will improve approximately
36,000 square yards of the existing air carrier apron.
Stormwater infrastructure, including trench drain, underdrain, storm pipe, and inlets will be constructed to
properly drain the air carrier apron. 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 and improving upon non - standard apron
grades. The proposed Air Carrier Apron Construction (Phase III) project was recommended as "Air Carrier
Apron Construction (Phase III)" on the submitted Capital Improvement Plan.
The Engineering fees for Select Design Elements provided for the Air Carrier Apron Reconstruction (Phase
III) will be listed under Part A -Basic Services, which includes; 1) Select Design Elements. Engineering fees
for Construction Administration provided for the Air Carrier Apron Reconstruction (Phase III) will be listed
under Part B- Special Services, which includes; 2) Construction Administration, 3) Pre - Construction
Coordination Phase, 4) On -Site Construction Coordination Phase, and 5) Post Construction
Coordination Phase. Acceptance testing verification during the construction phase of the project is also
covered under Part B- Special Services. These five phases are described in more detail below. Based on the
bids received on July 31, 2014, the estimated construction cost of Phase III is approximately $6,966,000.00.
PART A - BASIC SERVICES
Part A - Basic Services will consist of the design services required for Phase III.
1 of 6
Eagle County Regional Airport
AIP Project No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
November 30, 2015 (Revision No. 2)
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.
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.
It should be noted that the state grant application was prepared by Jviation and submitted by the Sponsor prior
to the preparation of this scope of work.
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 (CATEX) for the air carrier apron rehabilitation project, in
its entirety, was completed and approved under AIP Project No. 3 -08- 0020 -048, and therefore is not necessary
for this phase of the project.
It should also be noted that the federal grant application was prepared by Jviation and submitted by the
Sponsor prior to the preparation of this scope of work.
1.5 Project Coordination. The Engineer will coordinate with airport and county staff as well as the contractor
regarding the changes to the project limits of Phase III. Phase III was bid under AIP Project No. 3 -08 -0020 -053
as Schedule III. Following the bid opening, changes to the project limits of Phases I, II, and III were made at
2 of 6
Eagle County Regional Airport
AIP Project No. 3 -08- 0020 -055
Air Carner Apron Construction (Phase III)
November 30, 2015 (Revision No. 2)
the request of the Sponsor. The Engineer will be required to calculate the quantities of Phase III and to
determine the project limits and cost of Phase III to not to exceed to available funding.
1.6 Revise Issued for Construction Plans. The Engineer will revise the Issued for Construction plans for
Phase III as necessary. Following the bid opening, changes to the project limits of Phases 1, II, and III were
made at the request of the Sponsor. The construction drawings will be updated to reflect the revised limits of
Phase III.
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 /project close out phase. Also included
are direct subcontract costs for acceptance testing verification during construction.
2.0 Construction Administration Phase
2.1 Prepare Construction Contract and Documents. In agreement with the FAA, 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 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.
2.2 Prepare Construction Safety and Phasing Plan (CSPP). A Construction Safety and Phasing Plan will
be developed specifically for Phase III 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. The CSPP will address the following items, and any details that
cannot be identified during design will be included in the Safety Plan Compliance Document described below.
+ Coordination
+ Phasing
+ Areas And Operations Affected by the Construction Activity
+ Protection of Navigation Aids (NAVAIDs)
+ Contractor Access
+ Wildlife Management
+ Foreign Object Debris (FOD) Management
+ Hazardous Material (Hazmat) Management
+ Notification of Construction Activities
+ Inspection Requirements
+ Underground Utilities
+ Penalties
+ Special Conditions
+ Runway and Taxiway Visual Aids
+ Marking and Signs for Access Routes
+ Hazard Markings and Lightings
+ Protection of Runway and Taxiway Areas
+ Other Limitations on Construction
Jviation will coordinate phase durations and operational restrictions with EGE Operations staff and the
Contractor during the development of the CSPP. Jviation will submit the completed document to the FAA for
3of6
Eagle County RegionalAi0ort
AIP Project No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
November 30, 2095 (Revision No. 2)
review and approval. It is anticipated that the document will require one re- submittal to the FAA following
their initial review.
2.3 Office Assistance. Office Engineering staff, CAD personnel, and administrative staff will be required to
assist the Resident Engineer(s) as necessary during construction. Specific items to be accomplished include
compiling and sending additional information requested from the office to the project site, providing secondary
engineering opinions on issues arising during construction, maintaining project files as necessary (field files are
mirrored in the office for continuity) and various other items necessary in the day -to -day operations.
3.0 Pre - Construction Coordination Phase
3.1 Prepare Project Files. The Engineer is required to assure the construction contracts are in order, the
bonds have been completed, and the Contractor has been provided with adequate copies of the construction
plans. The Plans will be updated to include all addenda items issued during bidding.
3.2 Prepare /Conduct Pre - Construction Meeting. The Engineer will assure the pre - construction meeting
has been scheduled and all necessary parties have been informed. The Engineer will establish a pre -
construction meeting to review FAA requirements prior to commencing construction. The meeting will be
conducted at the Airport and will include the Sponsor, FAA (if possible), Contractor, Sub - Contractors, and
Airport Tenants affected by the construction.
3.3 Prepare /Submit Construction Management Plan. The Engineer shall prepare and submit the
Construction Management Plan, which includes project personnel representing the Engineer, Contractor,
Sponsor, and Acceptance and Control Testing firms, detailed inspection procedures, required submittal
processes, quality control testing methods, acceptance testing methods, and final test result summary forms.
3.4 Review Contractor's Safety Plan Compliance Document (SPCD). This task includes the review and to
comment on the Contractor's Safety Plan Compliance Document (SPCD) as required by FAA AC 150/5370 -
2F Operational Safety on Airports during Construction. Jviation will review the SPCD to ensure that all applicable
construction safety items are addressed and meet the requirements of AC 150/5370 -2F and the contract's
CSPP. The bid documents will address the requirement for the Contractor to submit a SPCD. The intent of
the SPCD is to detail how the Contractor will comply with the CSPP. Following the award of the project to the
successful contractor and prior to the issuance of the Notice to Proceed (NTP), Jviation will review the SPCD,
provide comments, and ultimately approve the document. It is anticipated that the SPCD will require at least
one re- submittal by the Contractor to address any missing information or review comments.
3.5 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.
4.0 On -Site Construction Coordination Phase
This phase will consist of providing one full time lead Construction Manager and one full time Resident
Engineer. It will be the responsibility of the Construction Manager and 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 of the remaining portion of Phase II is
estimated to take 19 Calendar days and is anticipated to be worked on seven days a week. The construction of
Phase III is estimated to take 115 Calendar days and is anticipated to be worked on six days a week. The total
construction completed in 2016 is estimated to be 134 Calendar Days. Overhead costs, travel costs, and per
diem are in addition to the engineering hours expended.
4 of 6
Eagle County Regional Airport
AIP Pr iect No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
November 30, 2015 (Revision No. 2)
4.1 Field Inspection/ Coordination. The Project Manager will make on -site visits, as required, to deal with
construction issues as necessary for the duration of the project. As of now, it is estimated that the Project
Manager will be required to make at least one site visit per month for the duration of the project.
4.2 Resident Engineering. The Construction Manager and Resident Engineer will be on -site full time and
each will work approximately 10 hours per day. It is assumed that the Resident Engineers 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 134 Calendar days.
4.3 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.
4.4 Review Contractor Payroll Forms. This task includes conducting random employee interviews and
reviewing the Contractor's weekly payroll records as required by the FAA.
4.5 Calculate Construction Quantities. The Construction Manager and Resident Engineer will maintain
record of the progress and will review the quantity records with the Contractor on a periodic basis.
4.6 Periodic Cost Estimates. The Construction Manager and Resident Engineer will prepare the Periodic
Cost Estimates and review the quantities with the Contractor. The Engineer, Sponsor, and Contractor will
resolve discrepancies, or disagreements with the Contractor's records.
4.7 Prepare Change Orders/ Supplemental Agreements. This task includes preparing change orders and
supplemental agreements as necessary.
4.8 Prepare Daily Reports. The Construction Manager and Resident Engineer will maintain a daily log of the
construction activities for the duration of time on site.
4.9 Prepare /Submit Weekly Reports. The Construction Manager and Resident Engineer will prepare a
weekly status report using the FAA's standard form. The report will be submitted to the Sponsor, the FAA,
and the office.
4.10 Review QC /QA Results provided by Contractor/ Engineer. The Construction Manager and Resident
Engineer will review and coordinate revisions by the Contractor for Quality Control and the Engineer's
acceptance testing firm submittals performed as part of the acceptance testing required by FAA Standard
Specifications. This will occur on a weekly basis and at project completion prior to submittal to the FAA.
4.11 Prepare Requests for Reimbursement (RFR). This task includes the preparation of the RFR and the
submittal of the RFR to the Sponsor for processing. One copy of each request for reimbursement with
multiple copies of backup documentation will be submitted to the County Project Manager for review and
approval prior to the Sponsor submitting to the appropriate agency.
5.0 Post Construction Coordination Phase
This phase will consist of project close out and site cleanup.
5.1 Conduct Final Inspection. Jviadon, along with the Sponsor, FAA (if available), and CDOT Aeronautics
(if available) will conduct the final inspection. All acceptance test summaries must be accepted by the FAA
prior to final inspection.
5of6
Eagle County Regional Airport
AIP Pr iect No. 3 -08- 0020 -055
Air Carrier Apron Construction (Phase III)
November 30, 2015 (Revision No. 2)
5.2 Coordinate Final Surveys. The Engineer will coordinate with the Contractor's surveyor for the final
survey upon completion of construction.
5.3 Prepare Clean -up Item List. The Engineer will assure the Contractor has removed all construction
equipment and construction debris from the Airport, that all access points have been re- secured (fences
repaired, gates closed and locked, keys returned, etc.) and the site is clean.
5.4 Prepare Engineering Record Drawings. The Construction Manager and Resident Engineer will prepare
markups of the Issued for Construction drawings indicating modifications made during construction. All
drafting for the final record drawings will be prepared by office drafting personnel, and the Resident Engineer
will review for accuracy. One hard copy (11 "x17) and one PDF copy will be sent to the FAA, CDOT, and the
Sponsor.
5.5 Prepare Final Construction Report. The Construction Manager and Resident Engineer will prepare the
final construction report according to the current Northwest Mountain Region's Construction /Final Report
guidance, and it will be reviewed by the Project Manager. Administrative staff will also provide assistance in the
preparation of the document. One copy of the Final Construction Report will be furnished to the FAA and the
Sponsor.
5.6 Summarize Project Costs. The Engineer will be required to obtain record of all administrative expenses,
engineering fees and costs, surveying costs, testing costs and construction costs associated with project and
assemble a total project summary. The summary will be compared to the available funding.
5.7 Assist with Project Audit. When requested by the Sponsor or FAA, the Engineer will assist with the
project, or year -end audit. The Engineer will provide files requested that are pertinent to the project cost and
completion.
5pecial Considerations
The following special considerations are required for this project but will be completed by subconsultants to the
Engineer.
Acceptance Testing. Acceptance testing will be performed under the direct supervision of the Construction
Manager and Field Engineer. All acceptance test summaries must be accepted by the FAA prior to the final
inspection. Certified Materials Technicians will perform the necessary material acceptance testing for the
following items, as detailed in the Project Specifications:
+ Item P -152
Excavation and Embankment
+ Item P -153
Controlled Low- Strength Material (CLSM)
+ Item P -154
Subbase Course
+ Item P -306
Econocrete Base Course
+ Item P -401
Plant Mix Bituminous Pavement
+ Item P -501
Portland Cement Concrete Pavement
+ Item P -610
Structural Portland Cement Concrete
6of6
O
y�
7d
H
a
n
N
Ol
N
A
O
CcnCD
0��
I
CD�
0 0 0 0
r
�
�
N
�
Cy5
c
C
I
in
A
lsW
IJ
�•+
z
o
a
:p
ro H
e
00
^
m>
e.�
X3
on
9
C7 n
0 H , oa
o'
�
-
7
c
c
"
Cn
w
M
CD
o 2.
yyy
C) n o
?
vni
�
o o
m
v7
d
y
" °a
c• 0
O. 7 O
g
G.
g
a.
�j
7 Q y S
n
i17
y
J O S
g
v
A
g
o
°a
e
n S
"
v, anc"en4,c"vw
a
+n
4A
J•+ Vii
pp pp to W N P
G�
P
N
0
m
J
cn
O W A G\ O
OoO u A o c%
C% •AV' t
N
A
A
o
O 0
A
O
O
"
�i 1 Vl
i/i 4A iA 4A
w
�•
m
w o.
n
"
w A
"
'y
3
4A
m•
H
CL
"
"
0
3
a+
6
G
a A
0
y
O
O
�
p[C
7
b
��•
s
C7
E
ffi
�
c
c
a
3
c
w
O.
O
O
O
8
O
C
a
JN
G
OD
t
tOn y
$
O
0o
a9
ii
^pJ
7
n
VI X57•• �Q
y ro.
O
8 �
O
C
R
a
rydry
y n.
©
p [^
O
O
4 R
O
M f"1
O
A 5
O
O
n
a y �
8
8
°o
R
w
d
Ef.
0
0
g
$
R
m
A
®
c
o
p
O
O 19
°o
"
R
^
pO
O
.n C7
o
N 91
u� rK
0
°o
$ R
A �q
y
$ R
N
a
N
A
W
N
O
8
W
O
O H
�
N C
.� 6
00
A
A
p
W b G'
oa
a
$ O �•
y
n
a
o
$
2
y
0
�Ny
NO�yy
J
°o
R
�
N
a
0
7
O
w �
O
O
�
N
�
rt
8
o
g
N
g
R
G
n
0
O
y
S
VI
S®
L1.
4AS
�1
0
00
0
W
0
O
y�
7d
H
a
n
N
Ol
N
A
O
Ccn
OH
CcnCD
0��
z
CD�
0 0 0 0
r
�
�
N
�
Cy5
c
in
A
lsW
IJ
�•+
O z
O
a
o 0 y o
c 5 o
ro H
e
00
^
m>
e.�
X3
9
C7 n
0 H , oa
o'
�
-
7
tz
"
Cn
C
M
CD
o 2.
yyy
C) n o
?
vni
�
o o
m
v7
d
y
" °a
c• 0
O. 7 O
n
n
�j
7 Q y S
n
i17
y
J O S
w O v f�D
fA
n S
"
v, anc"en4,c"vw
+n
4A
J•+ Vii
pp pp to W N P
G�
P
N
0
m
J
cn
O W A G\ O
OoO u A o c%
C% •AV' t
N
A
A
o
O 0
A
O
O
"
�i 1 Vl
i/i 4A iA 4A
CL
w o.
"
w A
"
U7
4A
m•
H
CL
"
"
0
0
O
b
a
3
c
w
O.
O
C
�
C
7
^pJ
7
y ro.
O
8 �
C
R
a
y n.
©
p [^
C
4 R
O
n
a y �
°o
d
^
pO
O
N 91
A �q
y
$ R
O
8
.� 6
$
y
0
�
0
°o
R
N
0
w �
O
O
�
$
R
y C7
y
a
g
J
O
O
O
O R
p9p
y C C.
C
y
W
A
0
O
� C
rl
o'
�
�
C
C
a
r'h
7
Q
w
y
y
n
0
mio�
n.
O
O
O
o
o
O
Ccn
OH
CcnCD
0��
z
CD�
0 0 0 0
O
c
>,c
a
o 0 y o
c 5 o
ro H
e
00
^
m>
e.�
X3
9
C7 n
0 H , oa
o'
_ C)
-
7
tz
o 1 a
Cn
C
M
CD
o 2.
yyy
C) n o
?
vni
�
o o
m
v7
y
" °a
c• 0
O. 7 O
n
�j
7 Q y S
n
i17
y
J O S
w O v f�D
fA
n S
"
v, anc"en4,c"vw
+n
4A
J•+ Vii
pp pp to W N P
G�
P
N
0
m
J
cn
O W A G\ O
OoO u A o c%
C% •AV' t
N
A
A
"
a
n
O 0
pJppp
0 0 0
O
O
"
�i 1 Vl
i/i 4A iA 4A
CL
w o.
"
w A
"
U7
4A
m•
H
CL
"
"
V
r�
f1
0
zz,
9
^O
P
n
0
n
a.
O
w
H
O19�'
ro
O
zH
g n
p
o
.4
o �
a�0
0
'cf
O
.`1
y�ryy
`L^ +IS
w
O
N �
a �
A
rF
a
h+
Vu•
r►
fD
O
H
bd
b
C+7
ISM
n
N
V
OD
O
7 �
�d
o va
n �
N
ai N
W
N
O
O
C
J
P?
lW
IJ
A
4 z
O
z
A
a
am
ro
ro
ro
n
n
ro
O
BE
y
ro
ro
F
a
O
n
aan
°�
A a.
o
8
n
°o
CL a
jogs
o
V
n
n
N'o
p
o
o
On
n
g
o,
�
O
0
0
m
=.
0
a
o
�
y
S
�
m
n
5'
0
r�
3
a.
o
w
a
U
o
o
Q
O
no
m
a
c
o
n
a
Jam..
a
a
ro
C
3
m
O
O
r0
^
a
a
O
O^
a
Nm
C
�
Oo
N
A
c
Oe
a
Ora
u n
A
8
O
O
c
O
ua
S
00
R
n
an y
N
O
n
1n 7
r+
c
O
S V
7
C7
E
o
O
IIpdp
VI 7 C
Va � `•�'
w
N
N
A
O'
O
$� a
N 7'�
0
0
0
4.
O
J
o
N
Oa
c
P
O
O
m
ro
O
0
0
0
O
ry
O
O
O
M 91
^
O
r H
A
O
O
C
a
c
A
D
J
m
o
e
O
S
S G
°o
T
�
R
H 3.
O
O
w P.
0
r �
e
g
0
N
O
O
d0
°oR-y
°o
R
8
O
N V
n m
Ca
O
O
iN-
A
A
Oo
W
C
O
�
O 111YYY�
�-
° R
O
°o
rrpp
M y C
R
VI rJ
u d
N
o
0
R
S
8
0
0
�
O
R
A
M [1i
A
O
w C7
M
O
m C
m
O
S n
8
0
ry
o
^
N
b �
N
O
c
m
o
N
A
�
N
.� B
°
a
� rgl
O
S
e
n
S
o
y
0
0
e
on
n
_
Fi
O
7
J
J
A
p
A
N
OIN
C
O
Ox
a
O
S
S
S
O
a
R
7'
,•
o
O
o
�
?
O
n
0
M
S
y
C
O
O
O
J
0
0
0
0
0
0
L/'
A
w
O
O
ro
ro
F
a
O
G
o
8
n
°o
CL a
o
V
n
n
N'o
p
a
o
On
n
g
o,
o
o
0
0
0
a
o
�
y
S
5'
0
a.
o
U
s
Q
no
m
a
c
o
n
a
Jam..
a
ro
3
m
a
O
O^
a
O
O
O
ua
S
n
an y
N
O
r+
c
O
S V
7
C7
E
o
IIpdp
VI 7 C
Va � `•�'
w
N
N
A
O'
O
$� a
0
0
0
4.
O
O rj'
H
O
O
O
O
ry
O
O
O
^
r H
a
c
A
D
J
m
o
e
S
S G
°o
T
�
R
O
O
0
r �
N
O
O
d0
°oR-y
8
O
N V
n m
O
!+a rFi
° R
rrpp
M y C
w
u d
N
o
0
R
8
�
O
M [1i
A
O
M
O
m C
S n
O
0
ry
o
^
N
N
O
c
W
P
N
A
.� B
a
o 2
N
e
S
o
y
0
0
e
°o
7
0
R
O
O
S
S
S
O
S
R
M
S
o
°o
v
H
pO
O
m C
O
o O
°
0
0
H
o
a
5
y,
O
W
S
O
S8
O
O
O
'yr
O
n
0
A
N
TN
V
i
A
W W
�O I
n
O
O
N
ON
A O
hb OO o
N
O
O
.
Mid
8
88SS8
9
O9
ON
9
aC
L/'
A
w
O
G
o
8
n
°o
o
V
H
n
m
p
On
n
g
o,
o
o
0
0
0
a
�
y
S
s
3
m
a
c
o
Jam..
ro
O
O^
a
O
O
ua
S
n
an y
N
O
r+
c
O
S V
7
IIpdp
VI 7 C
Va � `•�'
w
N
N
A
O'
O
$� a
0
0
0
O
O rj'
O
O
O
r H
c
o
e
S
°o
�
R
0
r �
N
O
O ¢O
S
°oR-y
N V
O
!+a rFi
° R
0
w
u d
N
R
8
m C
0
o
^
N
N
O
c
W
P
N
A
a
N
5
y
0
0
e
n
7
0
O
O
O
S
S
S
O
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD/YYYY)
02/26/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 1- 303 - 534 -4567
IMA, Inc. - Colorado Division
CONTACT
NAME:
PHONE FAX
No Ext : A/C No):
E -MAIL denaccounttechs@imacorp.com
ADDRESS: rP•
1705 17th Street
INSURERS AFFORDING COVERAGE
NAIC #
Suite 100
INSURERA:AMERICAN CAS CO OF READING PA (CNA)
20427
Denver, CO 80202
INSURED
INSURER B: CONTINENTAL CAS CO (CNA)
20443
Jviation, Inc.
INSURER C: VALLEY FORGE INS CO (CNA)
20508
INSURER D: CONTINENTAL CAS CO (Victor 0. Schinnere2
20443
900 S Broadway, Ste #350
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 300,000
INSURER E:
MED EXP (Any one person)
INSURER F:
Denver, CO 80209
COVERAGES CERTIFICATE NUMBER: 46155712 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM/DDIYYYY
POLICY EXP
MMIDDIYWY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
05088060978
01/07/16
01/07/17
EACH OCCURRENCE
$ 2,000,000
CLAIMS -MADE � OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 300,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 4,000,000
POLICY ❑ PRO ❑ LOC
JECT
PRODUCTS - COMP /OPAGG
$ 4,000,000
$
OTHER:
A
AUTOMOBILE
LIABILITY
C5088060995
01/07/16
01/07/17
COMBINED SINGLE LIMIT
Ea ccident
a
$ 11000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
X
NON -OWNED
HIRED AUTOS X AUTOS
PROPERTY DAMAGE
Per accident
$
$
B
X
UMBRELLA LIAB
X
OCCUR
05088060981
01/07/16
01/07/17
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
$ 2,000,000
EXCESS LIAB
CLAIMS -MADE
DED I X I RETENTION $ 0
$
C
ANDEMPS EMPLOYERS'
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N
OFFICER/MEMBER EXCLUDED?
N/A
WC593265309
01/07/16
01/07/17
X STATUTE ERH
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYE
$ 1,000,000
(Mandatory in NH)
Use, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
1 $ 1,000,000
D
Professional Liability
AEH288320516
01/22/16
01/22/17
ductible $150,000
r Claim $5,000,000
FA
Claims Made
Retro Date: 01/22/10
gregrate $5,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2014/01)
sadie55
46155712
©1988 -2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Eagle County Colorado
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
P.0 Box 850
AUTHORIZED REPRESENTATIVE
Eagle, CO 81631 -0000
/� /"&
USA
L / //`
ACORD 25 (2014/01)
sadie55
46155712
©1988 -2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD